Loading...
HomeMy WebLinkAboutContract 50411 CITY SECRLETAr •• CONTRACT N0, �VL// City Secretary(�j Construction FORTWORTH Project manager Q PROJECT MANUAL FOR THE CONSTRUCTION OF SIX POINTS URBAN VILLAGE STREETSCAPE IMPROVEMENTS CSJ: 0902 48 827 FEDERAL AID PROJECT NO.DMO 2007(207) CITY PROJECT NO. 00705 DOE: 6056 Betsy Price David Cooke Mayor City Manager pA, Douglas W. Wiersig, P.E. Director, Transportation and Public Works Departure Prepared for • The City of Fort Worth-Planning and Development ` DreFRkESE '0 "N1CHOLS 4055 International Plaza,Suite 200 Fort Worth,TX 76109-4895 Phone:(817)735-7300 July 2017 PLEASE DO NOT DISSASSEMBLE r , 1 cn rn Cb p9�9ti o` TXDOT SPECIFICATIONS SHALL GOVERN ALL OTHER SPECIFICATIONS ON THIS PROJECT +� FNI Project No.FTI 14283 CSJ:0902 48 827 Federal Aid Project: DMO 2007(207) County:Tarrant ENGINEER SEAL The enclosed Texas Department of Transportation Specifications, Special Specifications, Special Provisions, General Notes and Specification Data in this document have been selected by me, or under my responsible supervision as being applicable to this project. Alteration of a sealed document without proper notification to the responsible engineer is an offence under the Texas Engineering Practice. 0 ,. ?PkEOF.T�+111 �*'� � •'*ISI / DUSTIN BLAYLOCK / ...i 0,0� /O�•��C EO / ENS •Com-- 8/2/2017 110 0/Oe A1.am FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE IMPROVEMEN7S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: 0902 48 827 Revised June 19,20I5 CITY PROJECT NO.00705,DOE: 6056 SECTION 1 BID DOCUMENTS AND STANDARD FORMS TABLE OF CONTENTS SECTION I BID DOCUMENTS AND STANDARD FORMS MAYOR AND COUNCIL COMMUNICATION(M&C) ADDENDA INVITATION TO BID INSTRUCTIONS TO BIDDERS CONFLICT OF INTEREST AFFIDAVIT BID FORM EXAMPLE OF BID PROPOSAL BID PROPOSAL BID BOND BIDDER PREQUALIFICATIONS PREQUALIFICATION STATEMENT BIDDER PREQUALIFICATION APPLICATION CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW DBE FORMS AGREEMENT PERFORMANCE BOND PAYMENT BOND CERTIFICATE OF INSURANCE GENERAL CONDITIONS SUPPLEMENTARY CONDITIONS SECTION II FEDERAL & STATE FORMS/REQUIREMENTS FHWA FORM 1273 MAY DISADVANTAGED BUSINESS ENTERPRISES REQUIREMENTS CHILD SUPPORT DOCUMENTATION BUY AMERICA REQUIREMENTS CHANGES IN THE WORK DIFFERING SITE CONDITIONS DISPUTE OR CLAIMS PROCEDURE NON-RESPONSIVE BID BIDDER CERTIFICATION USE OF PRISON PRODUCED MATERIALS USE OF PUBLICLY-OWNED EQUIPMENT SUBCONTRACTING REQUIREMENTS TERMINATION OF CONTRACT TIME EXTENSIONS EQUIPMENT NOT OWNED BY THE CONTRACTOR LOBBYING CERTIFICATIONS PREVAILING WAGE RATES CONTRACTOR'S ASSURANCE NON-COLLUSION AFFIDAVIT AND DEBARMENT CERTIFICATION CERTIFICATE OF NON-SEGREGATED FACILITIES SECTION III CITY OF FORT WORTH SPECIAL PROVISIONS SUMMARY OF WORK SUBSTITUTION PROCEDURES PRECONSTRUCTION MEETING PROJECT MEETINGS - CONSTRUCTION PROGRESS SCHEDULE PRECONSTRUCTION VIDEO SUBMITTALS _ SPECIAL PROJECT PROCEDURES STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL TEMPORARY PROJECT SIGNAGE T PRODUCT REQUIREMENTS CONSTRUCTION STAKING AND SURVEY CLEANING CLOSEOUT REQUIREMENTS ` OPERATION AND MAINTENANCE DATA PROJECT RECORD DOCUMENTS PARCEL 15 EXHIBIT -_ PUBLIC ART WORK SECTION IV TxDOT STANDARD SPECIFICATIONS INDEX OF APPLICABLE TXDOT SPECIFICATIONS TXDOT LOCAL GOVERNMENT GENERAL REQUIREMENTS AND COVENANTS TXDOT GENERAL NOTES SECTION V TxDOT SPECIAL PROVISIONS 000-OOIL SCHEDULE OF LIQUIDATED DAMAGES 000-002L NONDISCRIMINATION 000-003L CERTIFICATION OF NONDISCRIMINATION IN EMPLOYMENT 000-004L NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY(EXECUTIVE ORDER 11246) 000-005L STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS(EXECUTIVE ORDER 11246) 000-006 ON-THE-JOB TRAINING PROGRAM 000-007L DISADVANTAGED BUSINESS ENTERPRISE IN FEDERAL AID CONTRACTS 007-OOIL LEGAL RELATIONS AND RESPONSIBILITIES �' 506-OOIL SPECIAL PROVISION TO ITEM 506-TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS SECTION VI SPECIAL SPECIFICATIONS AAAA 6' BENCH BBBB 4' BENCH CCCC TRASH RECEPTACLE DDDD BIKE RACKS EEEE RIVER ROCK AGGREGATE ^ FFFF PRECAST CONCRETE WHEEL STOP XXXX WATER MAIN AND SEWER LINE REPLACEMENTS DIVISION 02 EXISTING CONDITIONS 0241 14 UTILITY REMOVAL/ABANDONMENT DIVISION 26 ELECTRICAL 26 00 00 SEAL PAGE 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS DIVISION 33 UTILITIES 3305 10 UTILTIY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL 3305 14 ADJUSTING MANHOLES,INLETS,VALVE BOXES, AND OTHER STRUCTURES TO GRADE 3305 16 CONCRETE WATER VAULTS 33 11 10 DUCTILE IRON PIPE 33 11 11 DUCTILE IRON FITTINGS 33 12 10 WATER SERVICES 1-INCH TO 2-INCH 33 12 11 LARGE WATER METERS 33 1220 RESILIENT SEATED(WEDGE)GATE VALVE 33 1225 WATER CONNECTIONS _ 33 1250 WATER SAMPLING STATION DIVISION 34 TRANSPORTATION 34 41 20.01 ARTERIAL LED ROADWAY LUMINAIRES APPENDIX Appendix A Appendix B through D—Not Used Appendix E SECTION I BID DOCUMENTS AND STANDARD FORMS NUMERICAL LISTING 1. MAYOR AND COUNCIL COMMUNICATION(M&C) 2. ADDENDA 3. INVITATION TO BID 4. INSTRUCTIONS TO BIDDERS 5. CONFLICT OF INTEREST AFFIDAVIT 6. BID FORM 7. EXAMPLE OF BID PROPOSAL 8. BID PROPOSAL 9. BID BOND 10. VENDOR COMPLIANCE 11. BIDDER PREQUALIFICATIONS r 12. PREQUALIFICATION STATEMENT 13. BIDDER PREQUALIFICATION APPLICATION 14. CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW 15. DBE FORMS 16. AGREEMENT 17. PERFORMANCE BOND 18. PAYMENT BOND 19. CERTIFICATE OF INSURANCE 20. GENERAL CONDITIONS 21. SUPPLEMENTARY CONDITIONS City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 1/23/2018 DATE: Tuesday, January 23, 2018 REFERENCE NO.: C-28544 LOG NAME: 20SIX POINTS URBAN VILLAGE STREETSCAPE CONTRACT SUBJECT: Authorize Execution of a Construction Contract with The Fain Group, Inc., in the Amount of$2,357,709.60, for the Urban Villages Central Cluster Project, Six Points Urban Village from Grace Avenue to Holden Street, and Transfer Previous Appropriations from the Six Points Urban Village Streetscape Project to the Urban Villages Central Cluster Project (2014 Bond Program) (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of previous appropriations in the 2014 Bond Program Fund in the amount of $3,666,616.00 from the Six Points Urban Village Streetscape Project(CO2653) to the Urban Villages Central Cluster Project (C00705) to consolidate all construction related funds under project number C00705; and 2. Authorize the execution of a construction contract with The Fain Group, Inc., in the amount of $2,357,709.60 from the previously appropriated Grants Capital Projects Federal Fund and the 2014 Bond Program Funds of the Urban Villages Central Cluster Project(C00705). DISCUSSION: ® The Six Points Urban Village Streetscape Program consists of the construction of two streetscape improvement projects along Race Street including wide decorative sidewalks and lighting, landscaping (shade trees, ornamental trees, and ornamental shrubs), back-in angled parking, bicycle lanes, and a mill .. and overlay of the asphalt roadway. The program comprises two projects with unique project numbers: Six Points Urban Villages Central Cluster(C00705) for streetscape improvements along Race Street from Grace Avenue to Holden Street; and Six Points Urban Village Streetscape Project(CO2653) for streetscape improvements along Race Street from Oakhurst Scenic Drive to Grace Avenue and striping on Sylvania Avenue This transfer of funds streamlines and consolidates all construction related funds for both projects under a single project number(C00705), with remaining funds for design available under project CO2653 which is currently at 90 percent design. The difference of$1,308,906.40 is funding for future construction of the Six Points Urban Village Streetscape Project to be advertised this spring. Construction work for Six Points Urban Villages Central Cluster(C00705) along Race Street from Grace Avenue to Holden Street was advertised for bids in the Fort Worth Star-Telegram on September 28, 2017 and October 5, 2017. Bids were opened on October 26, 2017 and the following bids were received: i Logname: 20SIX POINTS URBAN VILLAGE STREETSCAPE CONTRACT Page I of 2 r ^ Bidders Bid Amount he Fain Group, Inc. 1$2,357,709.60 RK Contracting Services ----F—$2,973,248.70 _ ole Construction Inc. 1 $3,102,956.30 The Six Points Urban Villages Central Cluster(C00705) project is partially funded by a TxDOT Grant valued at$1,697,142.00. The City received TxDOT's formal concurrence to execute a construction contract with The Fain Group, Inc., on December 20, 2017. Therefore, Staff recommends entering into the construction contract with the recommended contractor. M/WBE OFFICE: The Fain Group, Inc., is in compliance with the City's BDE Ordinance by committing to seven percent DBE participation. The TxDOT DBE goal on this project is seven percent. These projects are included in the 2014 Bond Program. Available resources within the General Fund will be used to provide interim financing until debt is issued. Once debt associated with the project is sold, bond proceeds will reimburse the General Fund, in accordance with the statement expressing Official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance ^ No. 21241-05-2014) and subsequent actions taken by the Mayor and City Council. This streetscape improvement project is located in COUNCIL DISTRICT 9. .. FISCAL INFORMATION /CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget as appropriated of the Grants Capital Projects Federal Fund and the 2014 Bond Program Fund. FUND IDENTIFIERS (FIDs): TO Fund Department ccoun Project Program ctivity Budget Reference # MD un ID ID Year Chartfield 2 FROM Fund Department ccoun Project JProgram ctivity Budget Reference # moun ID ID Year Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Lissette Acevedo (2722) ATTACHMENTS 1. 1295 The Fain Group.pdf (Public) 2. 20SIX POINTS URBAN VILLAGE STREETSCAPE CONTRACT REVISED FID.xlsx (CFW Internal) 3. Compliance Memo Six Points.pdf (CFW Internal) 4. FID Six Points.pdf (CFW Internal) 5. Map Six Points lmprovements.pdf (Public) 6. TxDOT Six Points Urban Village Concurrence Letter 0902-48-827 T....pdf (CFW Internal) ^ Logname: 20SIX POINTS URBAN VILLAGE STREETSCAPE CONTRACT Page 2 of 2 me 0005 15-1 r ADDENDA Page 1 of 3 1 SECTION 00 05 15 2 ADDENDUM NO. 1 4 PROJECT: SIX POINTS URBAN VILLAGE STREETSCAPE 5 6 FEDERAL AID PROJECT NUMBER: DMO 2007(207) 7 CSJ:0902 48 827 8 9 CITY PROJECT NUMBER: 00705 10 11 OWNER: CITY OF FORT WORTH 12 13 CONSULTING ENGINEER: FREESE AND NICHOLS,INC. 14 4055 INTERNATIONAL PLAZA,SUITE 200 15 FORT WORTH,TX 76109 16 (817)735-7300 17 18 DATE OF ADDENDUM: OCTOBER 18,2017 19 20 DATE OF BID OPENING: OCTOBER 26,2017 21 22 INSTRUCTIONS TO BIDDERS: Bidder shall acknowledge receipt of this Addendum No.1 on 23 Section 00 4100,Bid Form,Page 3 of 3 of the proposal. 24 25 26 I. SPECIFICATION SECTION 00 11 13—INVITATION TO BIDDERS(Attached to this 27 Addendum) 28 a. MODIFICATION:-Modify the time bids will be received from"until 1!30 PM CST 29 Ti.......a.... Qe4ebe..i n gni ..a b ids..411 be opened...,Hely and read aleua eA 2.00 30 PM CST in the Council Ct,.,.,,we. +'to"until 1:30 PM CDT,Thursday,October 26, 31 2017,and bids will be opened publicly and read aloud at 2:00 PM CDT in the Council 32 Chambers" 33 34 This addendum is being conveyed to all plan holders via the City's Buzzsaw website. Failure to return a 35 signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A 36 signed copy of this addendum shall be placed into the Proposal at the time of the bid submittal. 37 38 Receipt Acknowledged: 39 40 By: Larry Frazier ,� =PSE•OF.TF10 41 ���: •'•:9s�1 42 Company: The Fain Group,Inc. *: •• *�i 43 /..*..................A / DUSTIN BLAYLOCK s 00 ....................../ 44 ���-P'•. 115500 4U f 000,<;. CE N S e. N\\eve - 45 END OF SECTION1 S� E OS�0NA+Lp`e��� 10/18/17 .1J�(,Lp.17n/�IL,,a C�XOS}IDCJC CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREE7SCAPE IMPROVEMEN7S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: 0902 48 827 Revised June l9,2015 CITY PROJECT NO.00705,DOE: 6056 000515-2 001113-1 ADDENDA INVITATION TO BIDDERS Page 2 of 3 Page 1 of 2 SECTION 00 1113 2 INVITATION TO BIDDERS r 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Six Points Urban Village Streetscape Improvements will be 6 received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 200 Texas Street 11 Fort Worth,Texas 76102 12 until 1:30 P.M. CST,Thursday,October 26, 2017,and bids will be opened publicly and read 13 aloud at 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the(approximate)following: 17 Reconstructing a portion of Race Street from Grace Ave.to Holden St. (0.327 Miles)which 18 consist of the following work(approximate): 19 Removing 4,400 SY of concrete pavement/sidewalks .e 20 Removing 10,200 SY of asphalt pavement 21 Install 4,300 SY of 8"flexible base 22 Install 1,796 SY of concrete pavement _ 23 Install 7,000 LF of curb 24 Install 44 ADA compliant curb ramps 25 Install 90 LF of drilled shaft for 13 light poles 26 Install 9,000 LF of pavement markings 27 Install 80 trees 28 Install 1,265 shrubs 29 Install 2,560 SY of concrete sidewalk 30 Install 650 SY of integral colored concrete 31 32 33 PREQUALIFICATION 34 The improvements included in this project must be performed by a contractor who is pre- 35 qualified by the City at the time of bid opening. The procedures for qualification and pre- 36 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 37 38 DOCUMENT EXAMINATION AND PROCUREMENTS 39 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 40 of Fort Worth's Purchasing Division website at http://www.fortworthizov.org//purchasing_/and 41 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 42 Contract Documents may be downloaded,viewed,and printed by interested contractors and/or 43 suppliers. 44 45 Copies of the Bidding and Contract Documents may be purchased from Freese and Nichols,Inc. 46 located at: 47 4055 International Plaza 48 Suite 200 49 Fort Worth, Texas. CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: 0902 48 827 Revised June 19,2015 CITY PROJECT NO.00705,DOE: 6056 .. 000515-3 001113-2 ADDENDA INVITATION TO BIDDERS a. Page 3 of 3 Page 2 of 2 1 2 The cost of Bidding and Contract Documents is: 3 Set of Bidding and Contract Documents with half size(if available)drawings: $100.00 4 PREBID CONFERENCE 5 A prebid conference may be held as described in Section 00 21 13-INSTRUCTIONS TO •� 6 BIDDERS at the following location,date,and time: 7 DATE: October 12, 2017 8 TIME: 2:00 PM 9 PLACE: 200 Texas Street 10 Fort Worth, Texas 76102 11 LOCATION: Conference Room 270—Located on second floor of City Hall 12 13 14 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 15 City reserves the right to waive irregularities and to accept or reject bids. 16 17 FUNDING 18 Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from 19 revenues generated from Urban Village Funds,which are federal earmark funds provided to the 20 City by the Federal Highway Administration,and from 2014 City bond funds. 21 22 INQUIRIES 23 All inquiries relative to this procurement should be addressed to the following: 24 Attn: Wilma Smith,City of Fort Worth 25 Email: Wilma.Smithp ortworthtexas.gov •� 26 Phone: 817.392.8 785 27 AND/OR 28 Attn: Dustin Blaylock, Freese and Nichols, Inc. 29 Email: DFB@Ereese.com 30 Phone: 817.735.7437 31 32 ADVERTISEMENT DATES 33 September 28, 2017 34 October 5, 2017 35 36 END OF SECTION CITY OF FORT WORTH SLYPOINTS URBAN VILLAGE STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: 0902 48 827 Revised June 19,2015 CITY PROJECT NO.00705,DOE: 6056 0005 15-1 ADDENDA Pagel of 36 1 SECTION 00 05 15 2 ADDENDUM NO.2 SCE OF T1 111 ` 4 PROJECT: SIX POINTS URBAN 5 VILLAGE STREETSCAPE01"'DUSTIN .... i 6 /.......................:... 06 .�� 7 FEDERAL AID PROJECT NUMBER: DMO 2007(207) �_ 115500 8 CSJ:0902 48 827 00 ��cE N So ��� '" ' N 10/24/17 10 CITY PROJECT NUMBER: 00705 "�,1 /0Nea•'•L- 11 1�11/I'L 12 OWNER: CITY OF FORT WORTH 13 14 CONSULTING ENGINEER: FREESE AND NICHOLS,INC. 15 4055 INTERNATIONAL PLAZA,SUITE 200 16 FORT WORTH,TX 76109 17 (817)735-7300 _ 18 19 DATE OF ADDENDUM: OCTOBER 24,2017 20 21 DATE OF BID OPENING: OCTOBER 26,2017 22 23 INSTRUCTIONS TO BIDDERS: Bidder shall acknowledge receipt of this Addendum No.2 on 24 Section 00 4100,Bid Form,Page 3 of 3. 25 26 I. BID SUBMITTAL CHECKLIST(Attached to this Addendum) 27 a. Addition—Added Bid Submittal Checklist 28 29 11. TABLE OF CONTENTS(Attached to this Addendum) 30 a. MODIFICATION:-Added Special Specification XXXX-Water Main and Sewer Line 31 Replacements and removed Section 00 43 37—Vendor Compliance to State Law Non 32 Resident Bidder 33 34 III. SPECIFICATION SECTION 00 21 13—INSTRUCTIONS TO BIDDERS(Attached to this 35 Addendum) 36 a. MODIFICATION:-Removed section 17-.6:Rufs "t t4 to Teim Geye`ff ecode 37 r hapte«2252.00 1the City willnot award ee.,t«.,et to a i ep&esideRt Ridde« 38 tmiess the Newesident BiddeF's 39 fespensible Te.,es Biddef 1..,the same a ,.,t that a Texas« sidePA 1,;AAe« 40 41 eefAfaet ift the steAe in whiek the mwesidem's 42 1eea4ed. 43 44 45 IV. SPECIFICATION SECTION 00 4100—BID FORM(Attached to this Addendum) 46 a. MODIFICATION:-Removed section 5d(Vender-Complianee to State Law Non 47 and revised section 5e from"MWBE"to"DBE" 48 49 V. SECTION 00 42 43—PROPOSAL FORM(Attached to this Addendum) 50 a. MODIFICATION:-Included Unit VII—Utilities,added item 618 6033-CONDT(PVC) 51 (SCH 40)(4"),added item 618 6037-CONDT(PVC)(SCH 40)(6"),and updated 52 quantities. CITY OF FORT WORTH SIXPOINTS URBAN VILLAGE STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: 0902 48 827 Revised June 19,2015 CITY PROJECT NO.00705,DOE: 6056 000515-2 ADDENDA Page 2 of 36 1 2 VI. SPECIFICATION SECTION 00 43 37—VENDOR COMPLIANCE TO STATE LAW NON 3 RESIDENT BIDDER 4 a. MODIFICATION:-Removed section 00 43 37. 5 6 VII. PLAN SHEETS—SUMMARY OF QUANTITIES(sheet 5)(Attached to this Addendum) 7 a. MODIFICATION:-Added item 618 6037-CONDT(PVC)(SCH 40)(6")to landscape, 8 added item 618 6033-CONDT(PVC)(SCH 40)(4")to utilities,added item 624-CONC 9 PRECAST PULL BOX(LABOR ONLY),updated quantity for item 192 6030 PLANT 10 MATERIAL(3 GAL)(SHRUB),and inserted note for vegetative watering item. 11 12 VIII. PLAN SHEETS—SIDEWALK ENHANCEMENT PLANS(Attached to this Addendum) 13 a. MODIFICATION:-Added item 618 6037-CONDT(PVC)(SCH 40)(6"). 14 15 IX. PLAN SHEETS—PLANTING PLANS(Attached to this Addendum) 16 a. MODIFICATION:-Updated quantities on item 192 6030-PLANT MATERIAL(3 17 GAL)(SHRUB). 18 19 This addendum is being conveyed to all plan holders via the City's Buzzsaw website. Failure to return a 20 signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A 21 signed copy of this addendum shall be placed into the Proposal at the time of the bid submittal. 22 23 Receipt Acknowledged.- 24 cknowledged:24 25 By; Larry Frazier 26 _ 27 Company: The Fain Group,Inc. 28 29 30 END OF SECTION CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: 0902 48 827 Revised June 19,2015 CITY PROJECT NO.00705,DOE: 6056 a BID SUBMITTAL CHECKLIST NO. ITEM SECTION ACKN'D 1 Qualifications of Bidders per Instructions to Bidders(TxDOT Prequalified) I.4, I.12 ,., 2 Non-Collusion Statement II.19 3 Conflict of Interest Questionnaire I.5 4 Signed Bid Form II.6 5 Addendum Acknowledgement II.6 6 State of Texas Child Support Business Ownership Form II.3 7 Disclosure Of Lobbying Activities II.16 " 1 8 jBid Security Included - NOTE: THIS CHECKLIST SHALL BE INCLUDED AS PART OF THE BID SUBMISSION SIX POINTS URBAN VILLAGE STREETSCAPE IMPROVMENTS CSJ:0902 48 827 CITY PROJECT NO. 00705 TABLE OF CONTENTS SECTION I BID DOCUMENTS AND STANDARD FORMS - MAYOR AND COUNCIL COMMUNICATION(M&C) ADDENDA INVITATION TO BID INSTRUCTIONS TO BIDDERS CONFLICT OF INTEREST AFFIDAVIT _ BID FORM EXAMPLE OF BID PROPOSAL BID PROPOSAL BID BOND BIDDER PREQUALIFICATIONS PREQUALIFICATION STATEMENT BIDDER PREQUALIFICATION APPLICATION CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW - AGREEMENT PERFORMANCE BOND PAYMENT BOND CERTIFICATE OF INSURANCE GENERAL CONDITIONS SUPPLEMENTARY CONDITIONS - SECTION II FEDERAL & STATE FORMS/REQUIREMENTS - FHWA FORM 1273 MAY DISADVANTAGED BUSINESS ENTERPRISES REQUIREMENTS - CHILD SUPPORT DOCUMENTATION BUY AMERICA REQUIREMENTS CHANGES IN THE WORK DIFFERING SITE CONDITIONS DISPUTE OR CLAIMS PROCEDURE NON-RESPONSIVE BID - BIDDER CERTIFICATION USE OF PRISON PRODUCED MATERIALS USE OF PUBLICLY-OWNED EQUIPMENT SUBCONTRACTING REQUIREMENTS TERMINATION OF CONTRACT TIME EXTENSIONS EQUIPMENT NOT OWNED BY THE CONTRACTOR LOBBYING CERTIFICATIONS - PREVAILING WAGE RATES CONTRACTOR'S ASSURANCE NON-COLLUSION AFFIDAVIT AND DEBARMENT CERTIFICATION CERTIFICATE OF NON-SEGREGATED FACILITIES SECTION III CITY OF FORT WORTH SPECIAL PROVISIONS SUMMARY OF WORK SUBSTITUTION PROCEDURES PRECONSTRUCTION MEETING PROJECT MEETINGS CONSTRUCTION PROGRESS SCHEDULE PRECONSTRUCTION VIDEO SUBMITTALS SPECIAL PROJECT PROCEDURES STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL TEMPORARY PROJECT SIGNAGE PRODUCT REQUIREMENTS CONSTRUCTION STAKING AND SURVEY CLEANING CLOSEOUT REQUIREMENTS OPERATION AND MAINTENANCE DATA PROJECT RECORD DOCUMENTS PARCEL 15 EXHIBIT PUBLIC ART WORK SECTION IV TxDOT STANDARD SPECIFICATIONS INDEX OF APPLICABLE TXDOT SPECIFICATIONS TXDOT LOCAL GOVERNMENT GENERAL REQUIREMENTS AND COVENANTS TXDOT GENERAL NOTES SECTION V TxDOT SPECIAL PROVISIONS 000-OOIL SCHEDULE OF LIQUIDATED DAMAGES 000-002L NONDISCRIMINATION 000-003L CERTIFICATION OF NONDISCRIMINATION IN _ EMPLOYMENT 000-004L NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT ,. OPPORTUNITY(EXECUTIVE ORDER 11246) 000-005L STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS(EXECUTIVE ORDER 11246) 000-006 ON-THE-JOB TRAINING PROGRAM _ 000-007L DISADVANTAGED BUSINESS ENTERPRISE IN FEDERAL AID CONTRACTS 007-OOIL LEGAL RELATIONS AND RESPONSIBILITIES 506-OOIL SPECIAL PROVISION TO ITEM 506-TEMPORARY EROSION, SEDIMENTATION,AND ENVIRONMENTAL CONTROLS SECTION VI SPECIAL SPECIFICATIONS AAAA 6' BENCH BBBB 4' BENCH CCCC TRASH RECEPTACLE DDDD BIKE RACKS EEEE RIVER ROCK AGGREGATE FFFF PRECAST CONCRETE WHEEL STOP XXXX WATER MAIN AND SEWER LINE REPLACEMENTS DIVISION 02 EXISTING CONDITIONS 0241 14 UTILITY REMOVAL/ABANDONMENT DIVISION 26 ELECTRICAL 26 00 00 SEAL PAGE .. 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS DIVISION 33 UTILITIES 3305 10 UTILTIY TRENCH EXCAVATION,EMBEDMENT,AND .. BACKFILL 3305 14 ADJUSTING MANHOLES,INLETS,VALVE BOXES, AND OTHER STRUCTURES TO GRADE 3305 16 CONCRETE WATER VAULTS 33 11 10 DUCTILE IRON PIPE .. 33 11 11 DUCTILE IRON FITTINGS 33 12 10 WATER SERVICES 1-INCH TO 2-INCH 33 12 11 LARGE WATER METERS wm 33 1220 RESILIENT SEATED(WEDGE)GATE VALVE 33 1225 WATER CONNECTIONS 33 1250 WATER SAMPLING STATION DIVISION 34 TRANSPORTATION .. 34 41 20.01 ARTERIAL LED ROADWAY LUMINAIRES XXXX Special Specification XXXX - T Water Main and Sewer Line Replacements ZaTransportaffon 1. DESCRIPTION Furnish,install,or replace water pipe,water valves,water meters and boxes,water service connections,fire hydrant assemblies,pipe fittings,encasement pipes for water lines,sewer pipe,manholes and supporting materials in conformance with the City of Fort Worth requirements and details shown on the plans.Obtain necessary permits,provide testing as necessary,and request inspection of the completed water and sewer lines prior to being placed in service. 2. PREQUALIFICATION ® In addition to TxDOT's prequalification,water and sewer utility improvements included in this project must be performed by a Contractor who is prequalified by the Fort Worth Water Department at the time of the bid opening.Reference the following attached specifications for bidder prequalification requirements: ■ 00 45 11—Bidders Prequalification's ■ 00 45 12—Prequalification Statement ■ 00 4513—Bidder Prequalification Application 3. MATERIALS Furnish all materials in accordance with the requirements shown on the plans or pick-up materials furnished by the utility companies and deliver to the project site. See Article 6,"Measurement",Table 1 -Section A: Water,in this document. Materials must meet the"Buy America"requirements set forth by the Federal Highway Administration (FHWA)and the Texas Department of Transportation(TxDOT). 4. PERMITS, TESTING, AND INSPECTION 4.1. Permits.Acquire all necessary permits from the City of Fort Worth to perform the work. Please contact the following entities at least 7 days prior to beginning work: ■ Fort Worth Water Department—Field Operations:(817)392-8296,to locate/mark existing water and sanitary sewer mains. Contractor shall maintain markings and update as necessary. ■ Water Engineering:(817)392-8480 ■ Water Field Operations:(817)475-2656 for water mains,817-996-5848 for sanitary sewer mains). ■ Fort Worth Transportation and Public Works:(817)392-8100 ■ If revised plan sheets have been issued for construction at locations inclose vicinity to City of Fort Worth utilities,the contractor will need to submit revised plans and schedule a meeting on-site at least seven days prior to beginning work,to review the changes and its impact to existing water and sewer mains. Conflicts may require additional Level A SUE to confirm horizontal and vertical alignment. 1-5 OTU XXXX ■ Install and maintain temporary orange construction fencing around existing water valves,vaults, sanitary sewer manholes,etc.during construction in order to avoid damage and/or buried above ground appurtenances. 4.2. Testing. Provide testing for water mains and sewer lines in conformance to the City of Fort Worth requirements or as directed by the Engineer.Perform the following testing as minimum: ■ For water mains:hydrostatic test,poly pigging,and sterilization test. ■ Reference Specification—33 04 40—"Cleaning and Acceptance Testing of Water Mains". ■ For sewer lines:Low pressure air test,deflection(Mandrel)test,vacuum test,and Closed Circuit Television(CCTV)Inspection. ■ Reference Specification—33 0130—"Sewer and Manhole Testing"and 33 0131—"Closed Circuit Televisions(CCTV)Inspection". 4.3. Inspection.All water main,sewer lines,and their appurtenances will be inspected by a representative of the City of Fort Worth. These representatives'decision of acceptability of the installation will be final.The City of Fort Worth will hold 2 final inspections,one at water and sewer line completion and the other at roadway completion for final utility grade adjustments according to Specification Section 33 0514 attached. 5. CONSTRUCTION _ Protect all water mains,sewer lines,vaults and appurtenances at all times during the construction. Promptly repair,at no additional cost to the Owner,any damage to the existing water or sewer system and any interruption to the services such as line stoppages or breakage caused by the Contractor's operation. Follow "Location of Existing Utilities Handout"per City of Fort Worth requirements. 5.1. Construction Staking.The construction staking and survey must be done by the City of Forth Worth according to the follow specification: .. ■ Specification—0171 23—"Construction Staking and Survey". 5.2. Specifications.Perform the work in such a manner consistent with current City of Fort Worth standards and specifications.Reference the following attached Specifications for the work to be performed: Division 00:General Conditions ■ 00 6119—Maintenance Bond Division 01:General Requirements ■ 01 11 00—Summary of Work ■ 01 25 00—Substitution Procedures ■ 01 3119—Preconstruction Meeting ■ 01 3216—Construction Progress Schedule ■ 01 32 33—Preconstruction Video ■ 0133 00—Submittals ■ 01 3513—Special Project Procedures ■ 0145 23—Testing and Inspection Services ■ 01 50 00—Temporary Facilities and Controls ■ 01 55 26—Street Use Permit and Modifications to Traffic Control ■ 01 5713—Storm Water Pollution Prevention 2-5 OTU XXXX ■ 01 60 00—Product Requirements ■ 01 66 00—Product Storage and Handling Requirements ■ 0170 00 — Mobilization and Remobilization ■ 01 7123—Construction Staking and Survey ■ 0174 23—Cleaning ■ 0177 19—Closeout Requirements ■ 01 78 23—Operation and Maintenance Data ■ 01 78 39—Project Record Documents Division 02:Existing Conditions ■ 02 4113—Selective Site Demolition ■ 02 4114—Utility Removal Abandonment ■ 02 4115—Paving Removal Division 03:Concrete ■ 03 30 00—Cast-in-Place Concrete ■ 03 3413—Controlled Low Strength Material(CLSM) ■ 03 3416—Concrete Base Material for Trench Repair ■ 03 80 00—Modifications to Existing Concrete Structures Division 31:Earthwork ■ 3110 00 —Site Clearing ■ 31 2316 —Unclassified Excavation ■ 3123 23 —Borrow ■ 3124 00—Embankments ■ 31 25 00—Erosion and Sediment Control Division 32:Exterior Improvements ■ 32 0117—Permanent Asphalt Paving Repair ■ 32 0118—Temporary Asphalt Paving Repair ■ 32 12 16—Asphalt Paving ■ 32 13 13—Concrete Paving ■ 3213 20—Concrete Sidewalks, Driveways and Barrier Free Ramps ■ 32 16 13—Concrete Curb and Gutters and Valley Gutters ■ 32 3113—Chain Link Fence and Gates ■ 32 9213—Hydromulching,Seeding and Sodding Division 33:Utilities ■ 33 0130—Sewer and Manhole Testing ■ 33 01 31—Closed Circuit Televisions(CCTV)Inspection ■ 33 0310—Bypass Pumping of Existing Sewer Systems ■ 33 0410—Joint Bonding and Electrical Isolation ■ 33 04 11—Contusion Control Test Stations ■ 33 0412—Magnesium Anode Cathodic Protections System 3-5 OTU XXXX ■ 33 04 30—Temporary Water Services ■ 33 04 40—Cleaning and Acceptance Testing of Water Mains ■ 33 04 44—Settlement Monitoring33 0510—Utility Trench Excavation Embedment and Backfill ■ 33 0513—Frame Cover and Grade Rings ■ 33 0514—Adjusting Manholes,Inlets,Valve Boxes,and Other Structures to Grade ■ 33 0516—Concrete Water Vaults ^ ■ 33 0517—Concrete Collars ■ 33 05 20—Auger Boring ■ 33 05 22—Steel Casing Pipe ■ 33 05 23—Hand Tunneling ■ 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate ■ 33 05 26—Utility Markers-Locators ■ 33 05 27—Open Shield Pipejacking33 05 30—Location of Existing Utilities ^ ■ 33 05 41—Shaft Excavation and Support ■ 33 05 42—Water Control for Shaft and Tunnel Construction ■ 33 05 43—Portal Stabilization ^ ■ 33 05 45—Contact Grouting ■ 33 11 05—Bolts,Nuts,and Gaskets ■ 3311 10—Ductile Iron Pipe ■ 3311 11—Ductile Iron Fittings ■ 3311 12—Polyvinyl Chloride(PVC)Pressure Pipe ■ 3311 13—Concrete Pressure Pipe,Bar-Wrapped,Steel Cylinder Type ■ 3311 14 —Buried Steel Pipe and Fittings ■ 33 12 10—Water Services 1-inch to 2-inch ■ 3312 20—Resilient Seated(Wedge)Gate Valve ■ 3312 21 —AWWA Rubber-Seated Butterfly Valves 'f ■ 3312 25—Connection to Existing Water Mains ■ 3312 30—Combination Air Valve Assemblies for Potable Water Systems ■ 3312 40—Fire Hydrants ■ 3312 50—Water Sample Stations ■ 3312 60 —Standard Blow-off Valve Assembly ■ 33 3120—Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe •� ■ 33 3121—Polyvinyl Chloride(PVC)Closed Profile Gravity Sanitary Sewer Pipe ■ 33 3150—Sanitary Sewer Service Connections and Service Line ■ 33 3910—Cast-in-Place Concrete Manholes ■ 33 39 20—Precast Concrete Manholes ■ 33 39 40—Wastewater Access Chamber(WAC) ■ 33 39 60—Epoxy Liners for Sanitary Sewer Structures Division 34:Transportation ■ 34 7213—Traffic Control The specifications can be viewed on the City of Fort Worth's Internet Home Page at fortworthtexas.gov and more specifically under httpsJ1proiecti)oint.buzzsaw.comlbz_rest/Web/Homellndex?folder=37331#I bz rest/Weblltemlltems?folder =180863. 4-5 OTU ^ XXXX 5.3. Submittals.Submit the following submittals and types per"Submittal Log Table"attached according to Specification Section 0133 00—"Submittals". 6. MEASUREMENT Water main replacement items will be measured as follows: Table 1 Section A:Water TxDOT Description FTW Bid Item fort Worth Bid hem Description FW Spec Unit Iters No. Code No. 7F XXXX 6001 0241.1118 4'-12'Pressure Plug 02 41 14 EA XXXX 6002 0241.1510 Salvage Fire Hydrant 02 41 14 EA XXXX 6003 3305.0107 Manhole Adjustment,Minor 330514 EA XXXX 6004 3305.0111 Valve Box Adjustment 330514 EA XXXX 6005 3311.0001 Ductile Iron Water Fittings wt Restraint 331111 TON XXXX 6006 3311.0141 6'Water Pipe 33 1110,3311 12 LF XXXX 6007 3312.0001 Fire Hydrant 331240 EA XXXX 6008 3312.2803 6"Water Meter and Vault 331211 EA XXXX 6009 3312.3002 6'Gate Valve 331220 EA XXXX 6010 3312.3003 8"Gate Valve 331220 EA 7. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided by under"Measurement",will be paid for at the unit price bid for the various items specified on the plans.This price is for full compensation for furnishing all equipment,materials,tools,labor,permits,testing,and .. incidentals necessary to satisfactorily complete the work as detailed on the plans including excavation, embedment,and backfill. a. Backfill requirements for utilities in TxDOT ROW or supporting pavement shall comply with TxDOT Item 400 Excavation and Backfill for Structures or City of Fort Worth standards and specifications, .. whichever is more stringent,and will not be paid for directly but is subsidiary to pertinent Items. 5-5 OTU 0021 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 1 17.6. A contract is not awarded until formal City Council authorization. If the Contract is 2 to be awarded,City will award the Contract within 90 days after the day of the Bid 3 opening unless extended in writing. No other act of City or others will constitute 4 acceptance of a Bid.Upon the contractor award a Notice of Award will be issued by 5 the City. 6 7 17.7. Failure or refusal to comply with the requirements may result in rejection of Bid. 8 9 18. Prison Produced Materials 10 11 18.1. The use of convict-produced materials is strictly prohibited on this project. 12 13 19. Signing of Agreement 14 When City issues a Notice of Award to the Successful Bidder,it will be accompanied by the 15 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 16 Contractor shall sign and deliver the required number of counterparts of the Agreement to .. 17 City with the required Bonds, Certificates of Insurance, and all other required documentation. 18 City shall thereafter deliver one fully signed counterpart to Contractor. 19 .. 20 21 22 END OF SECTION CITY OF FORT WORTH SLKPOINTS URBAN VILLAGE STREEISCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: 0902 48 827 Revised June 19,2015 CITY PROJECT NO.00705,DOE: 6056 0041 00 BID FORM Page 1 of 3 SECTION 00 41100 .� BID FORM TO: The City Manager c/o:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: Six Points Urban Village Streetscape Improvements Grace Avenue to E. Belknap Street City Project No.: 705 Units/Sections: Unit I-Removal Unit II-Roadway Unit III-Utility Unit IV-Illumination Unit V-Pavement Markings Unit VI-Landscaping 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents _ for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, .. association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering, giving,receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive ,.. levels,or(c)to deprive City of the benefits of free and open competition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 4300 43 3700 45 12_00 35 13—Bid Proposal Workbook.xls 0041 00 BID FORM Page 2 of 3 c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial, non- competitive levels. d. "coercive practice"means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the s Contract. 3. Prequalification _ The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Illumination Improvements b. N/A .r c. N/A d. N/A 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 214 working days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones}within the times specified in the Agreement. 5. Attached to this Bid f The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 .� b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. DBE Forms(optional at time of bid) e. Prequalification Statement, Section 00 45 12 f. Conflict of Interest Affidavit, Section 00 35 13 *If necessary,CIQ or CIS forms are to be provided directly to City Secretary g. Any additional documents that may be required by Section 12 of the Instructions to Bidders F CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook.xis r 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 7. Bid Submittal This Bid is submitted on Month Day,Year by the entity named below. Respectfully submitted, Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: (Signature) Addendum No.2: Addendum No.3: Prin*d Name JAddendum No.4: (Printed Name) Title: Title Here Company: Company Name Here Corporate Seal: Address: Address Here Address Here or Space City.State ifs Code Here State of Incorporation: State Here Email: Your Email Address Here Phone: Your Phone Number Here END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 4300 43 3700 45 12_00 35 13—Bid Proposal Workboobds d. 42 43 BID PROPOSAL SECTION 00 42 43 Page l ala r PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal arm Item No. Desc.No. Description Unit of Bid Unit Price Bid Value Measure Quantity Unit I-Removal 104 6001 REMOVING CONC(PAV) SY 2248 104 6015 REMOVING CONC(SIDEWALKS) SY 2159 104 6022 REMOVING CONC(CURB AND GUTTER) LF 2177 104 6040 REMOVING CONC(PAVERS) SY 26 105 6011 REMOVING STAB BASE AND ASPH PAV(2"-6") SY 10178 110 6001 EXCAVATION(ROADWAY) CY 720 500 6001 MOBILIZATION LS 1 502 6001 BARRICADES,SIGNS AND TRAFFIC HANDLING MO 8 '® 662 6063 WK ZN PAV MRK REMOV(W)4"(SLD) LF 1260 662 6075 WK ZN PAV MRK REMOV(W)24"(SLD) LF 12 662 6080 WK ZN PAV MRK REMOV(W)(ARROW) EA 1 662 6095 WK ZN PAV MRK REMOV(Y)4"(SLD) LF 7950 677 6001 ELIM EXT PAV MRK&MRKS 4" LF 17783 677 6007 ELIM EXT PAV MRK&MRKS 24" LF 26 677 6008 ELIM EXT PAV MRK&MRKS ARROW EA 7 _ 677 6012 ELIM EXT PAV MRK&MRKS WORD EA 13 Unit II-Roadway 247 6064 FL BS CMP IN PL TY A GR 4)(6") SY 4704 340 6011 D-GR HMA SQ TY-B PG64-22 TON 578 _ 340 6126 D-GR HMA SQ TY-D PG70-28 LATEX ADD TON 924 360 6028 CONC PAV JOINT REINF 6" SY 2186 423 6008 RETAINING WALL CAST IN PLACE SY 160 506 6038 TEMP SEDMT CONT FENCE INSTALL LF 3190 506 6039 TEMP SEDMT CONT FENCE REMOVE LF 3190 506 6040 BIODEG EROSN CONT LOGS INSTL 8" LF 3420 506 6041 BIODEG EROSN CONT LOGS(INSTIL) 12 LF 30 506 6043 BIODEG EROSN CONT LOGS REMOVE LF 3450 529 6002 CONC CURB TY II LF 2490 529 6005 CONC CURB MONO TY II LF 3160 529 CONC CURB RIBBON CURB LF 836 530 6004 DRIVEWAYS CONC SY 670 531 6001 CONC SIDEWALKS 4" SY 2790 531 6004 CURB RAMPS TY 1 EA 4 531 6008 CURB RAMPS TY 5 MOD EA 3 531 6013 CURB RAMPS TY 10 MOD EA 1 531 6016 CURB RAMPS TY 21 EA 1 3213 503 BARRIER FREE RAMP,TYPE M-1 EA 9 3213 505 BARRIER FREE RAMP,TYPE M-3 EA 6 3213 507 1BARRIER FREE RAMP,TYPE P-2 EA 14 6000 6059 JINSTALL FOUNDATION BUS SHELTER EA 3 FFFF PRECAST CONCRETE WHEEL STOP EA 74 Unit III-Illumination 416 6002 DRILL SHAFT 24 IN LF 198 618 6023 CONDT PVC)(SCH 40 2" LF 3079 620 6006 ELEC CONDR(NO.10)INSULATED LF 9237 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forth Revised 20120120 00 410000 43 13_00 42 43_00 43 37_00 43 1200 35 13—Bid Proposal Wwkbwk.xis 400'7.4 3 BIDPROPOSAL SECTION 00 42 43 Pale2ar' PROPOSALFORM sw UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal of Item No. Desc.No. Description Unitur Bide Quantity MeasurUnit Price Bid Value 624 6002 GROUND BOX TYA 122311 W/APRON EA 4 628 6018 ELC SRV TY A 120/240 100(NS)AL(E)PS(U) EA 1 3441 3025 FURNISH/INSTALL BERRY POLE AND LUMINAIRE EA 33 Unit 1V-Pavement Markings 644 1 6001 IN SM RD SN SUP&AM TY1 OBWG 1 SA P EA 39 666 6012 REFL PAV MRK TY I 4"SLD 100MIL LF 5471 666 6042 REFL PAV MRK TY I 12"SLD 100MIL LF 324 666 6048 REFL PAV MRK TY I 24"SLD 100MIL LF 76 666 6099 REF PAV MRK TY I 18" LD TRI 100MIL EA 42 666 6105 REFL PAV MRK TY I BIKE AR 100MIL EA 18 666 6111 REFL PAV MRK TY I BIKE SYML 100MIL EA 11 dw 666 6126 REFL PAV MRK TY I 4"SLD 100MIL LF 3191 666 6163 RE PM TY I ACC PR BL&WH W/BORDR LG EA 8 666 6170 REFL PAV MRK TY II W 4" SLD LF 5471 666 6180 REFL PAV MRK TY 11 I Z' SLD LF 324 ®„ 666 1 6182 RFFL PAV MRK TY II W'24" SLD LF 76 666 6198 REFL PAV MRK TY II 18" YLD TRI EA 42 666 6200 REFL PAV MRK TY II BIKE ARROW) EA 18 666 6207 REFL PAV MRK TY II 4" SLD LF 3191 _. 672 6009 REFL PAV MRKR TY II-A-A EA 42 Unit VI-Landscape 170 6001 IRRIGATION SYSTEM LS 1 192 6025 PLANT MATERIAL 45 GAL TRFF EA 27 192 6026 PLANT MATERIAL 65 GAL TREE EA 45 192 6028 PLANT MATERIAL 1 GAL SHRUB EA 828 192 6030 PLANT MATERIAL 3 GAL SHRUB FA 202 192 6081 PLANT SOIL MIX CY 397 528 6004 LANDSCAPE PAVERS TYPE 1 SY 196 528 6004 LANDSCAPE PAVERS TYPE 2 SY 80 528 6008 INTEGRAL COLOR CONCRETE A SY 122 528 6008 INTEGRAL COLOR CONCRETE B SY 79 528 6008 INTEGRAL COLOR CONCRETE C SY 43 531 6001 CONC SIDEWALKS 4" SY 2186 618 6037 CONDI PVC)(SCH 40 6" LF 3850 AAAA 6'BENCH EA 3 BBBB 4'BENCH EA 19 CCCC TRASH RECEPTICLE EA 5 DDDD BIKE RACK EA 25 EEEE RIVER ROCK AGGREGATE SF 8543 ON CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 410000 43 13_00 42 43_00 43 37_00 45 1200 35 13—Bid Proposal Workbook.xis 00 42 43 BID PROPOSAL Page 3,f7 r SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposalof r Item No. Desc.No. Description Unit ur Bide Quantity MeasurUnit Price Bid Value Unit VII-Utilities 618 6033 CONDI PVC)(SCH 40 4" LF 1805 XXXX 6001 6"PRESSURE PLUG EA 2 XXXX 6002 SALVAGE FIRE HYDRANT EA 1 XXXX 6003 MANHOLE ADJUSTMENT MINOR EA 7 r XXXX 6004 VALVE BOX ADJUSTMENT EA 29 XXXX 6005 DIP FITTINGS TON 1 XXXX 1 6006 6"DIP WATER LF 54 XXXX 6007 INSTALL FIRE HYDRANT EA 1 r XXXX 6008 6"WATER METER AND VAULT EA 1 XXXX 6009 6"GATE VALVE EA 2 XXXX 6010 8"GATE VALVE EA 1 CSJ NO 0918-11-085 Bid Summary _ Base Bid Unit I-Removal Unit II-Roadway Unit III-Illumination Unit IV-Pavement Markings Unit VI-Landscape Unit VII-Utilities Total Base Bid r r r r w. r s CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fo'm Revised 20120120 00 41 00L00 43 1300 42 43_00 43 37_00 45 1200 35 13 Bid Proposal Workbook.As 1 1 1 11 1 1 I 1 1 I 1 1 1 I 1 1 ) 1 _ RAPP,c c°xmDLITEM Unurc REMB11.1 IS 0 S — = I.. — -- I —.. — V� 01 s P Kw Y Y� =NPAYp; E —AR GATE .RKREMOV AMK REMOV 0.K gEMw P,f PEMOV P • K TIPV01'PREUouRe SAL buNHOF usnA FlTTIN ArtR IHSFME M F LAND yE VALY£ N+M'Vs�O) IVNiaysl0)tv+NARxC'M N(M'SLn1 w.9(ln Mgrs lie•1 IAgROVl1 two�nolW IeI{ap)f<1 "nL(Uw.silov.,NT vAU Yu t] SIX Pa EA I consul,Plain:stalNn]3 GX m Bw AL ITEMS CNCµ(ctuRs q EL. m]B &dO azLt sOa3 BOOT sp1] XWB 6CG] W,B ]px5 fPAV)ISIDEwntxS)C lFr>ER) ILVV,E,RcS) P=14'1 N I an "A-AY) TEMv SEEM EMPs yr Om °c° Rosh cou DRILL SHAPi couoTlwC1L. F�L�o°R GPDUNC cZnvry 19PV PCt ENCS coNT FFEDT, ERosN NTE 11 C(NNIsrALL) IREMCYEIE LOG68INBR)L00(1u5R1 I]u lul IscN ap)111-1 [o It R ) 1m(Ns UG BE (RE—E, �B�> LU IM Nn E Pgc)ImA Hrnn�sDl HM Gsa) clic°r"T — OUR OUR =ouNN o nA oN w°m" NING CURB�, Llrlm 71 -1 DgNEWA cC CG eUgBR 1) R.)tGl ,. P 1(B• wwL alLace mnl icogcl� Fw (". m RRZr, aoMPsm „D,.�, D�„� RAAwi )atD ,I(MDD) mzn �°P:rrmM- a�".;,�.aG I""'ELTER) vAa.BeP MATEgIAL IA1,�"EgNTI.0 xTE N`L T�ERUL 18 L" s E CttaRLOLDW—BR"P OLDOR"R EWA NN;SIe� a Fuc 6ENc GEP„C RA RI QgEARoc4TE 3 14 I III 111 121 GO ES. vsTe IAS RAL ``11 TVFE, 'vPFi Ouc SIE(a.l` (TPEE1) IRPEEJ) M(B RUB) M °AU PUNU ° IA1 `°(6iETE cONCIciE,E LH i e US GA EA EA EA a BY SY B'I EA EA RA LS 2 17 jfflffll� :ns�tats ,na Texos Deportment of Tronsportatton °E rtsMs 1 ©201 T L A RWAS S. I. ��' 'AS' ) ei IIITVEGETATIYE WATERING SIX POINTS URBAN VILLAGE BN z WFPLPAY E.LPAv REPPAv Ma`Lni RFFL HEFLPAv HE(:�� REAP REFLPA REF P R-FLPAlE TseP:LiflOJParslollpARY To SUMMARY OF t MM)sNpi RK R RK ry K BKt E TYI AY L = MRKnP" MR ELPI�1 �xT. QUANTITIES x+IWn�s Dx IWTYTnn xm emn 6VUBIKE svnGpMIisLDry xou ntwl MArTYurvn MRK. "o°»MRK Trn(w `RIOE rRlx,00Ma)Agw)OooMIU mU'�pws g0a)l R, Ir j iol ISLO, zr(si0) le•mU TRX U NXN'Is DI re T I R1.A'SI"I.'IT Au e LRU-T. SEE WAi EHEMETEq UF LAYOUT SHEET FOR ADDITIONAL INFOPIAATION. 91 F DD pllp 20DIF�1200 EB[s c SJK TE%AS oFTW TARRANT o— cIDBK 0902 AS4 827 5 ...,, _. -,,,v�..•v-",,.,..'"v"„V'"" "v'"""5�"✓"`Y'_^v'"`�.A""'v""Yh✓ Y",e„":f""sv"'V""v'."`.rV'u"'Y", `V'- .-"4'.,`v.-"v'"."✓'V'V_'s '1/'"v,"`YV'V"'"w""'w'""'v WALL - 8 ti j Y CONC. TEIPORARY EASE)ENT TEAPDPARI EASEMENT !, WALL ----- _________ . ............... `�• ! wll[ur 1-1—T 1}w,5 vEmuxExi ACCESS EASEIENi� I� WALLS {(l a EIRE LANE SLOPE-- / 'f I I IECKID RACE a --.a • --a—___qq ___ N SLG( vROX T _ _ '. —a—IT STAT �1 Q L♦♦♦„ —_ __J_1L_._ ___— ___ 4 sr. v LO 1 2],00 PROPOSED STM—EET CUNBI -- —_—I________—___—_—_—_�___— �5.p0 W SFE CIVIL PLANS 34.p0 E DIA.PJ H pRAlx PIPE . vl�r r `< BIKE LANE DIPE E 7-t LL ___ pI1 CMZ ITYP.) ]BH yyy ` Q W fl Elt Q i —_------SARCYr v-AINT ITIP.1—_--- -------__I rT— -- ---- _ ; P�Ygx xT ACCESS EAERVAx51p1 JOtxT(TTP.] 11 T AFI EASFMfNT-�T " [`Fun IqI ES, C COLORED CONCRETE HOT Ss LL SIpCIILK LR-LUT EiRAx51M J01 xE DETAILS f HANDICAP 5 11 ATLCOLOiED CdNCRETE SHILL BE fOVALIT COLORED. UNIT PAVERS-PE 11 SxAtt FOLLOR CIV,OP FORV RMTM STANplRpS.REFER TO CITY OF FORT WOPTH E BE _S1. 0.0Rs SHALL BE AS F0.LCi5, MO SURFACE SrYOARD SIDEWALK DETAIL 5 STAIN lREAi1ENT5 WILL BE ACCEPTED.) 4'BENCH 21 SEE SHEET127 FOR COLO+ED CONCRETE S UNIT PAVER INSET DETAIL. NILW A- CA SHALL BE SCOFI ELD INTEGRAL •1 arKTmw UNIT PAVERS ITYPE 2] ® p SEE SHE TY 126 T BENCH,BIKE RACX,AND TRA SH RECEPTACLE DETAILS AND (� LLOOLEGREY�CIRIRED WITH LITpHOCNEROE26W w'�.•F11°}u r'C".->W IT IN f Id. GD--AX[OR RCUIVILENi BY 4 ® CONCRETE SIDEWALK B'BENCH LINDSCIPE ARCHITECT. D U EXPLAHSIO JOINT LOCATED WHERE CONCRETE SIDEWALK ABUTS BALK OF CURD. !_�FREESE 3,r"nx m SI NOTIFY LANDSCAPE IRCIITEC OF ANY DISCREPENCY BETWEEN DILENSId15, COLA B-C0.O1 SHALL BE LY SCOFIE LD INTEGRAL N_ NICHOLS ti'.u�i---- ORIGIN PD1xrS i FIELD CONDITIONS CdCRETE COLOR CHRONIx AWIXTURE 0280 BEIGE'CURED WIT'LIT1gCHROE O TRASH RECEPTACLE _ _ EXPANSION JOINT Eo FINISH GRADE OF TOP OF SIDEWALK SHALL HAVE A CONSTANT SLOPE FROM OUTER C0.—AY1 EWIYILEIT APPROVED BY E OP SIDEWALK TO TOP OF STREET CLIFUL IMJ.1 SLOPE SHALL BE 2%, SC1PE Ah ITECT. f-exos DeOor)menl o/ >-ransportaflon YINIYW SLOPE 5HALL BE 1.SR. o BIKE RACK SAW LUT JD[xT COLOR CCONCRETTEE SHALL CHRW IXCt XDTURETSG"L ® �2011 COL MRCRWH1DSCApIEAq EGCIIVTLENTTLPT�E� E SIX POINTS URBAN VILLAGE SUMMARY Di HAROSGPE ITEAs 21 COUTRACrOI]RILL SUBMIT COLOR SKIP ES V PRODUCT SIDEWALK ENHANCEMENT PLAN D52B Este os2e ps]] DIOD U, ONSIflOVRuci BY LANDSCAPE ARCHITECT PRIOR D BEGINNING TO STA 25.71 6000 6008 6000 6001 ED. CCCC COR 2DIN _ ]I COXTRACiAR SHILL CONSTRUCTANNN] uP OF LOCnTIOx pq'EPS U T6PA�VE —.1 CH—PAOLOR IHTEGo L C.NCPEFE BENCH515 p0.0TRERTYPE A'ppxiL19YAL�MDSCIVESARCX11 iECCINTO I—Al AID oJc[TSgeCt 1 Of 2G PE ttP[Efl5 CONCRETEA CONCRETES W SIDEWALK INSTALLATION. sI [[q cxH ry5Y SY SV SY SY Eq HYA,_ °IOEWgtX DMO L20 7 1200T) VAo A FNHANCEMFNTPLAN DOD 000 IS- 0.00 0.00 ]3]34 000 0 N cPgE`Ic5 STPTF Is-HI cwurr sxo]T SHEEii L TEXAS cFTW r iARRAMT ¢ SCALEI IN FEET 30 1 1. 119 �' Q l Mm A2 O/IBR01T 0902` 827 s .,,,,,.»..,,..,,�„w..q,.-,..,f..,.s�.,,y.-.,,�_„✓'-V"`v".^•r"`�;""Y•,."'v,"b."`.".s"'"<."'*✓"^p,'.,`.t`~vr="7r"'"^�'.•.v....y".,,.""'� 5,"'` LTEA NTOR— EnSEAOUEHPiY�_3 LKUTPERIA4EXT ACCESS E--ENT -DI SS EASEMENT XPANSION JOINT tTYP.) i�i i - i i ...._ moi.•:. .` - ';s --DIST siDUPi_-- ,; BILE LANE.._ 1-OI _ E Ace sr.�. 0 � 1- a RACE STREET i oIC eliHA61 PE � �- THERWPLISTIC FEROsSNARL A _� --_1 - G �ISEE SxfEli 25 Ppt DETAILS) ._BUS STOP W _-___-H-_- - -_- __--- W zfi•Dp 21•aD 1 O I Z - m�.._ CON IME JE CONCRETE _..P L PLA @)_` ._ __ -.«6. _ _ - 2 SEE BAND 1 YP.1- l i��W/ U ,:.. . - Q � PIPE SLOPE -01..PVC ipBF LIxIiS {, r 0.S.SLOPE DRAIN PIPE 5 r • I r rr.1 sfirr arP.) s..mT / 1Tr1.1J _.. TM P.) H r PEAxExi ACCESS fASENEN a s j E PlYIR XE `` ,.8¢.e-....F`.._.h..-✓�,...•A'•..."T,a CO to I I AR ........ CE 'PROJECT 7 ;��•fr II iE1RVRY EASEMENT.t � _ a i��'._.rr...'4...+.w....��'. ',,.:k.7�--._..... .... ...Fe...r�....+,.�.R,.,."'�w�.. .r�e...'a.,..JC..lk.d;.w.rh ,f�, ✓'v,..-^�,... w,..✓Z ...1t._.ah._.�+.-.�`.,� UNIT PAVERS ITTPF 11 NOTES, C `eB E E TgrES'i •e+`I,m��\• 1)ALL CCL ED CONCRETE SHALL BE INTEGRALLY COLORED. "* ® L IDETTALF -CUL D EXPANSION JOINT DETAILS i WWDICAP PAWS E THREE COLORS SHALL BE AS FOLL.- (NO SURFACE *_ _ SHALL FOLI.CISYSOf FpIS FORTH SIAMpARDS.REFER TO CITY a Fdtl Ygt1H STAIN lREATMENiS N}LL BE ACCEPTED.)ED �•.x e.n `NIT PAYERS(TYPE 21 STANDARD SIDENAL.DETAIL S111OR 1' E.C.B21 SEE SIEET127 FOR COLORED CONCRETE r•UNIT FIVER MSE I pETA IL. �_ M A-COLOR SHALL BE LY SCOFIELD INTEGRAL CONCRETE COLOR CHPONI% PIIXTURE 266 SHEEE 1Z6 OR BENCH,BIKE RACI,AND TRASH RECEPTACLE DETAILS AND 000.GREY'CURED IITI L.pKK�xRCEE �i FREESE ® 6'BENCH PFOOH[T 1 dIWrIMI. LaODRSR.PEWIYILEXT Y rMUCNBLS'::"_R;.r. coxcRErE smENAL. AlRcxrtccT. 11 E%PLAXSI ON JOINT LOCATED NxERE CONCRETE SIDENILK ABUTS BALI OF CURB. EKA _ORB-COLOR ETE COLOR BE XSCOF ADJILD INTEGRAL �ry EXPANSION JOINT 100RNG IINAIT LANDSCAPE IR ANY 015CAEPEH[Y BETREEx DILExS10N8, CONCRETE OR REDV TH LITUNE 0286 TBXOS OB p TeAsx PECEPi6LE --� . PD1' FI LC CCXD.TIg15 �` AU➢!N BE CURED MT APpITDNED 3OIf ® Department of 7rons0orfof/on 6X FINI SH EDRADE D<TOPEOFTSIOEML.SHALL HAVE A CONSTANT SLOPE FRUI OUTER LANDSCAPE ARCHITECT.E 9' ©2D1) SAR CUT JOIN, E.OFINIUM SLOPE SHALO TOPBE OFSTREET CURB.NUCIMAN SLOPE SHALL BE 2%1 SIX POINTS URBAN VILLAGE BIKE N.C. C0.0P C-COLOP SHALL BE LY SCOF IELD INTEGRAL CSP IING BEIGE'CLItEDIPIrHH ADNLITHOCCHIIURE NK E A NEBGAHE I EI IIIILENT'PPRwfD Br SIDEWALK ENHRNCEMENT PLAN STA 25.71 TO STA 28.67 6001 6000 SU 6608 6008 6001 RRSS [CCC DDDD DIiI OPACTCpOVEPLBY LANNDBCAPEOi..I ECT PRIDR 10T ooa Ix EIInL INTE owu wCK-UP CONSTRUCTION. street 2 pf2G LOCATION INcOLORL c CO LREIE BEN[ BENCH .__H BIKERACK 81 COUIYPCTOR SHALL CONSTRUCT 'IS'POCK-UP OF LL bEWALK TYPE I TYPE 2 S CONCRETEA CONCRETES CONCRETE[ C_ E EO IN ER S TO YIYIC pPSILL LRER.L.1P O�Ecr SY PATTERN OR APPROVAL BY LANDSCAPE ARCHITECT TGR r0 YY_ TOMO 2007 PRf 200)1 i'VAAY v 8Y SY INSALLATION. 01 Y.xc. .�..° ANCEMENT%PIAN 181.8] 0.00 18.89 S.SI ].6] ]8B.]8 0.00 4.00 3.00 5.00 �1�0' 20' ORLC s sr+TL srxl couxn s tc[r 2SHEET 2 O SCALE FEET I TE_ %AS NFTW 'ARRANT 120 �� Qladwgm•2 10/18/3DIT 0902` sLAB� B2) ppyK, _„�:-....,, � .,,,...-.,,.--.rr..,,`;..,,�,,....,,...,,.-.,,;--,,,•....�,....�„_,,,s,..-,y....V,.."`v"-w.'�"',r..;r....,y,,....y,,.-'1;-",f...,�,,.,v".,r'"-.r.v.`w-...v,..,,,.•,.,".'v"v-"-.✓`.v...,,,�r-,f-v�-,�.-,�,_.�..,.al,..�,.�-..,J--.,,N,._V._-.:r..�,.,_.. ._� 64 EFISTINO EASELE.,_\ PERYAXENT ACCESS EASENENT� 1. iEWORARv EASEMENT ' Y--6AW[UT Y-JOINT LTYP.IF-I - r — — BIKE LANE Q� .aW _ _-_ R.O. R' I � FT sl� G p6A1N PIPF BIKE UN€. ' ,: � �� � N 7 V WIDIEJONCRETE LD S + V + ED f EAc[at {I V AIDE YCONCRETE IED SBREMS CMR, RACE STREET F— ,1 SEE CI 1 Ln / SHARE ILn RHDi,TICN BI E P - 1 �L I t x q t d DPAON PIPE - .IR'L1b �' Q H( �� [ 0.5X SLOPE 9 �� T v xT ♦♦ BI E z I LANE ___..___ PERMANENT ACCESS EASEMENT—Ml I fir. m WORK LIMITS�I COORDINATE PAVER _ ( _� A 1� '-���"-•� M` �DAC ENENT H IERWNENT ACCESS EASEMENT) ,.CE.T PPOJECT� ° EOOROINEN, YER II .A LACE FxiT PROJECT ""♦`/4"'�_'f\"'PM" l/d....T.+../d,.-..+r I 1 +✓.ii.,....E'F.._.'SL..1"+._.dy ADJ P 'Aw••aw:+. .✓h,., ....+n...,.Mw-,.'i�+l\�JA,,...�...�`....,� .„J�r .f4'_..I COLORED Cgl[RETE MOT11 E TL L L T A4; % I,EFEN4 ..--' "...,.' ^...,,.+k�+`-'� enTEs, y iuE THREE COLERsixiLL BE AS FaFACT 11 ALL 61 DEWALK SAE-CUi D EKPANSIOx JOIPi DETAILS S HANDICAP RAMPS STAIN TREATMENTS WILL BE ACCEPTED.) ...A, UNIT PAYERS(TYPE 1) SHALL F.L.clfr OF FORE AND STANDARDS.WORTH TO 1111 OF FORT WOR Tu STANDARD SIDEWAL[DETAIL SHEET. FxH - F SCOFiELD IHTEE RRAL •[O°� - UxiT PAVERS TT ACONCRETE COLOR CHRONIY Ap,IYTINE I Zl SEE SHEE112T FOR COLORED CONCRETE i IMIT PAYER INSET DETAIL. syn COOL U11ET'CURED WITH LITHDCHAW E <iTPE Zl ® I.BEx[x Vl SFE SHFE1126 FOP BFHCN,BIKE RACK,AND TRASH RECEPTACLE DETAILS AND LANDSCAPE ABCIEiiiECILEXi APPROVED BY RoouLT IMFCAWT... FREESE '_.:ym"I:a�.Et"'°° 0 6'BfM[x Al EYPLANSI ON)DINT LOCATED WHERE CONCRETE SIDEWALK ABUTS BACK Of I.e. 6w B-C0.IXI 5 1 CNICXOLS w H!hh COM7RETE app BE LYI%COOUI_EXOtee L ® cOxcREIE 51 DEKALK Ny NICU BEIGE-CURED WITH LITHOCHROAE (� COOIRFY LANDSCAPE APCHITCON OF ANT OISCPEPENCT BETWEEN DILENS[dlS, El"'AK OR EOUIVILENT APPROVED BY Texas Department of Tronspor)D71on IDOINATE POIxiS Y FIELD CONDITIONS DSCAP�ARC I TECT. EXPANSION JOIXi 61 IMISH GRADE OF TOP OF SIDEWALK SNBLL HAVE• IF C 2017 Q TRASH RECEPTACLE PALE a SI 0'ALK 0 CP STREET .MAXI—SLOPE SXALL BE LG CUTER COLOR C-COLOR SHALL BE LY SCOFI ELD INTEGRAL O SAW NT JOINT WINE SLOPE SHALL BEP I.SL. COXSFETE COLOR C.PON. DNIXTLRE 5150 �sLP IN BEIIGGE'CURED W ITLENT:PPBDTHDCHROAE lEl SIX POINTS URBAN VILLAGE e B[KC PACK DS ARC ITEC) BY. ZI CONTRACTOR SHALL I—IT"I"'"'LES K PRooI SIDEWALK ENHANCEMENT PLAN SUNNABY DF HARDs s oBTA iPOR AAPPP� BY LANDSCAPE ARCHITECT PRIOR TO STA 28.67 TO STA 31+62 Fm 0M 6004 WO6 I DOHTR1KTg1 SHALL OOXSTRUCT 3'YS' Oi ALL LOC4TON UNIIT TYPE IERS UNIT PAVERS INTEGRAL OGORI0.L INTEGRAL SON p B00B TCCCCH L.E. Eat TYPE ARRAN Y LANDSCAR IS TO IPE AR[H[iE IC ORSIOM Sheet 3 Of 20 TYPE$ COLOR COLOR 6'BENCH 4'RFNCH RECEPTACLE BIKE PACK TTERN Fqi APPRWIDiL IB PRIOR i - EDERA ♦to o�CCT [ONCRETEB CONCRETEC INSTALLATION. 5Y DSY EA EA EA O FDMD 200TPR1200 11 x;VAr C=i SRE EALK SV Y SY FA 0 10' t0' H STATE sial ro TR s EEI o e lR.6D TR45 15.00 0.00 0.00 35I.Sfi 300 000 I.00 0.00 ` TEXAS ,FTWc TARRANi xo £< SCALE IN FEET 1 D Q A-.2 1011$12 COMi°� `•� 'OB 121 0902L sK48� 82l U x jy 1 EYP.xStOx rELF01t[RY E.sENENT 1O 1 111P.I— '3 PEAUAKNT'ACCESS EASEYENr �S UT V-JOINT(TYP.I ��TEIEpRARY E15FYENT III (TYP.I 36fN ITYP.S ------- — -- -------- / '� 1 BIKE LANE O.sx sLOPE C ---S ORADuAFIVEC I AA .. ..... .... + t . .OPAENAPIPPEE O [ x w oiiiA B ~ PROPoSEO sTOEET MIB B.00 J v o LET125 F L51 v sEE c1Yl PLAxs � £w.a ST. RACE STREET I IC- / LL, o w 1 _ IN 1 b a 6 D.@1[E LAZE - E fI.INT ITP.) PE—.E.1 [CESS EASEYEMIJ SILCUT Y-JOINT ITTP.1— f�....^,✓'....h...�"�....-h—.dl..."�...n'�/`'..„.,�".._..h..h,.�"�._l*,._.%...,�..'w.�..lE.,�..K-1"+._.�.d`wJ�._.h,1'L.,s�.../'. �......H.h../\...F...J'�,+".._.i'e.--4,..r�...�.^....,n.,,. a�`�"-`=,�o COLORED CONCRETE NOTES, elioli LEGEND IO1 1, )ALL COLOPED RTE L E THE .REE ' I SHALL BE S 1OLL.11 G0fNOLSIMGA[EEO. i St��1iEe-.L UNIT PAVERS(TYPE II ALL 5 D• K LL T ANG EXPANSION REFER AILS HANDICAP RA STAIN TREAIIENTS LILL BE ACCEPTED.1 SHALL F'.C. T LATH STANDARDS. D CITY FORT LptrH �A- OR SHALL BE cOi�ELD IxTz66Al STANDARD SIDFLALK DETAIL SHEET. C..[.a,.A IKTURE 1 r.� Air r••.P..�TI`w RF4f11 UNIT PAVERS ITllE 2S ® A-BENCH 2)SEE SREETIET FOR COLORED CONCRETC[A UNIITTv VERB INSE DETAIL. 'CIX&GREY'CURED LIT.L`T.DC.RU NM FDu ..7Saaaa aalY CDLDRIIAX1 OR EDUIYILE.1 ROVED BY p)SEE SHEET 126 OR BENCH,BIKE RA CLE DETAILS AND LANDSCAPE KIITECT• FREESE ® 6 BENCH ROOUCT MSFORW�;OX, CONCOLpV E NTFGRA • n.:.'•Win^ 1>m~°s m CONCRETE S]OfLAL[ D A)![PEJO LOCATED L.ERE COYARETE SIDELALK ABUTS BACK OF CUBO. COnDRB- SHALL B [DPIEED :NICNQLS ROIt%A IKT10E 0288 L SS NOTIFY LANDSCAPE ARCHITECT OF ANY DISCREPExCY BE79EEN DIYCNSIp1S, W UW BEIGE'CIE LITH I-- OR COOROIwIE POINTS L FIELD CONplilpls LOLUMAY OR EOUIYILE.T APPROVED BY ARSION.IOINT 10 101 ARCHITECT. p TeX05 Deportment or Transportation O TRASH RECEPTACLE FXP L)FlNisx ORapE OF TOP OF BI DfnL[SHALL HAVE A CONSTANT POPE FRDM OUTER /F ©2011 DGE OF SIDENLEK 10 TOP OF STREET CURB.WXI—SLOPE SHALL BE Mr Cape C-_CK SHALL BE LY SCOFIELD INTEGRAL e BIKE PACK SAL CUT JOINT MINI—SLOPE SHALL BE 1.SX. CONCRETE COLOR ClR l ADMIXTURE 51 J0 CSPRING BEEGGE'CUREDENI H LITIEFDFp BYF� SIX POINTS URBAN VILLAGE OLORSAX OR LINDSCAPI ARC117EC7. zI DNTRAcraR SNALL sIIBYIr aR s LEs A PROD SIDEWALK ENHANCEMENT PLAN e SUMMARY OF HARDSCAPE REMS pDTR.FOR L BT LANDSCAPE AR[NI iE[i RIOR TO STA 3L*S2 TO STA 34+57 n a 0518 0528 0520 T0528 331 BBBB CCCC CAWPRPSATION. 6008 6001 JI CW TRACTOR S.ALL CONSTRUCT 3'X1'AOC[-UP OF A LDFSAON UNR6PAYERS U IT PI'llRI�AV �M awl GRA[ INTEGRAL CDNCREiC BENC E C DODO COLOR TYPE ARRANGED IB l WNXER 15 10 YI YIC CESIDX O $TteeT 4 Of20 TVPE1 NTVPE$FR$ COLOR C'DIOR ROLOR A'BFNCH TIUVSH BIKE MCC INS I,, RpVAL Y LANDSCAPE ARCHITECT IDK T _ [RIBA AtD pRO.[cT NO cxx CONCAETEA CONCRETES CO CRETEC xR SY 31' SY w F EA [ G DMD L20)7 (2007) VA 0 o ANCEME11 vfANS O.CO 0,00 13.23 20.70 LSS61 162.67 O.w 6,EC I,OD S.. D 0' 20' rl cPa�'C:cs srATF :srni RpwTr sNFo[ n- EN­ I1.111 c1 .o SHEETn ® c Y caXRRs sEcr a TARR�ANT 1 22 Y< SCALE IN FEET Wn "J Q AOOBMm•2 10/18/2011 YY 0902 4B 827 RAuxEH {yp E%PANSION JOINT ITYP.I SAWCYT v III ITYP.1 TEYPORART EASEMENT�_ PERWMEXT ACCESS EASEIENT E SEIENLT J6fR IiYP.Iff� I I � u -- --------- - -- ------ --------------------- -_ 01%E LAME v yy I SLOPE fl O E. \ 4 6E � S T BIKE LINE LCl t ICY } M RACE STREET f Wa4 WT, M ecaL•�u?sm�.r—..�:.y�n�—s–_---^aC---s,.o8`'----^P—i�==-•--- G ROPOSED STREET CURB, / G / SEE CIY IL PLAN / h t O :%� tS J �: 4•DI PIPE P 'it✓ tz ,;X .� W i Y r L p r. �onalx BIKE LANE el� ty) j ITYP.) ._ !_... '-JOINT IrrP.) ADr. i�vv.) E%RANSIDx JDIXT SAWN ---w � PERWNENT ACCESS EASE—? LPEpLINENT AIDES,EASEMENT OF, ,giESe It ALL OU DCONCRETE$H.ALL BE INNTEGRAL Y COLORED.STAIN rRE1 •ILL BE ACCEPLL BE AS TED.I NO U m�..l.].... 11 ALL SOLDEWADK SARA-CYT NO E%PAMSION.IDINT DETAILS 6 WNETCAP S UNIT PAYERS—E 11 STAND OW IT FOR}IAIORrx STANDARDS.RFFER rD CITY OF ORT WORTx [a0R A-COLOR SHALL BE LY SCOFIfLD INTEGRAL FRD SIDEWILK DETAIL SNEEi. —CRECER COL_OR Cx I%TURE 66 OR— —•Ac 4M1 rP�{E��II 4'BEXCx 2)SEE SNEEi12T 11 COLORED CWCRETE E III PAYER INSET DETAIL. � CURED WI RI II VPI HHRO E P6}1}I UNIT PAVERS-PE 21 ® EE IAE BACK, L�NDSCAVETRCNIrECi. T EO T 'iYLIY�C pl SEE SN 26 BENCH.B AND TRASH RECEPTACLE DETAILS AND RoouCT—OKI ATIW. FREESE ® 6' BEXCx CQ.OR B-COLdR SMALL BE LY$CCF IELD INTEGRAL �7;NICHOLS:;��rF_, CONCRETE SIDEWALA O 41 E%PLAHSION JDINr LOCATED WHERE CONCRETE SIOEWAL%ABUTS BACK OF CURB. EWC ETE OLOR Ix ADAIIWTURE 260 I6W1 BE IOE-CNfED WI TA IITxOCxRgE Sr NOTIFY LAh05PN AR[x ITE[ OF ANY OIS[REPExCY BETWEEN OIAExSI0x4, � COLT 0P[W Iv[Lf Mi PPROVEp BY EXPANSION JOINL COORINATE POINTSFIELD IIMS LAMO—PF cxITECT. O TRASH RECEPTACLE 61 INISH GRACE OF TW 6 SIDERAL'SHALL HA YE A CONSTANT SLOPE FRp1 CUTER COL COLOR T2017 Department Dl Transport ENE OF SIDENALK TO TOP 6 STREET CURB.W%IYW SLOPE SUILL BE 2%� - B LL BE LY SCOFIELD INTEGRAL ® ©2011 INIALM SLWE SHALL BE 1.5%. E 0.08[xRUfl%ACEI%iNtE 5130 e GML BIKE RACE SAI,CUT JOINL NALRORIG1xBEDpEEWIVILDEINT APTH PROYEDHBY SIX POINTS URBAN VILLAGE LIxpSLAPD ARtx ITECT. 21 CONTRACTOR SHALL SUBMIT COLOR SAIELES 6 PRDDUCT SIDEWALK ENHANCEMENT PLAN 3N 2a SUMMARY OF HARDs ITEMS D-1--EFaORmNPspTDRYucT...LANDSCAPE ARcxlrfcr PRIOR rD STA 34.57 TO STA 37.52 Osxs pw-g GNBBCCCc m caxrR.aoaR sxau cOxsrRucr •%r ARx%-w a u 60W 6006 6008 COLOR TYPE PRANGED IN A IAANNER AS i0 MIMIC DESIGN LOCATIDN PAVERS U PAVER5 ECOCORL COLO NLRETF SO—�CTOEG�L CONI.—OR ABExc BEN �� 1%E RACK „Aj5r7,LRILIAIN PPHOVAL BY LANDSCAPE ARCI)TFCi PRIOR TO 1 SheEt 5 O£ZO ttPE3 A CONCRETE B C N E1E C til cocR c A10 Occci rw cvex u SV OH SYS SY O SV sv AL W civ:in ROMO 200TPRE200 T1 xl ELF ENNAM[EMENT PIAN O.W 0,00 34.67 31.18 1633 518.11 Doo 5.00 1.00 6.00 0 10' 20' N IA cTACiEs 11— sixi cwxn Svc a SCALE IN FEET I TEXAS DFTWc TARRANi 123 AD OR•2 IDYI-011 - =DN,RD nl Joe 09021 sC4B0x 821 1 3 SAIIGUT Y­INT ITYP.1 PEWAA,NCMT 1CCE55 Ell- liYfi P, SKIT(TYP.� EXPANSION JGINT(TYP.) --------------------piPE SLOPE ----- d ----ENO----------- min LAK In END PROJ CT "4-1....._'MK C CSjH I SEE SHEET I 2E�1.GET.I­ q PACE Sl IlAl 40-46.37 -----NO---------AD----AS- -—-—-— —-—-—-—-—-—-—- ------—401. AD----- '- --------- _dF LEIPROPOSED STREET GAB, Z 1 _7- SEE CIVIL PLANS RACE STREET 'y J :c --o. 7�,FUTUWE BLES ST. BIKE LAHE < R. 47 o COLDIED CONCRETE NOTES, eti df e' ALI GOLDRED C-11TE SHALLBEINTEGRALLY COLORED. AECTEI, ME IN..G.MS S_BE AS GELL­ INED SURFACE LELEM 11 ILL IlElLI ­Uff AM MANSION JOINT DETAILS 6 HANDICAP RAMPS STAIN TREATMENTS WELL BE ACCEPTED.) STANDARD LOW F -IT PAVERS(TYPE 11 STANDARD 51 DEWALK OF SHEET. CRIL.OI IC�,COA HILL B ES SHALL C66�SCOFIELD INTEGRAL ED ADAIXTURE 1266 A A-BENCH �1:1 11111TIll FOR COLORED CONCRETE A III PAYER IllEr DETAIL. CCDQL EY'�ED WITH LITHOCHRONE E SHEET L D OWW" OR IOU IVILLENT APPROVED BY -11­­111PE V PROOLICT DEEP Q5 EFOR BENCH,BIKE RACK,AND TRAIN RECEPTACLE DETAILS AND At, —I ON. .C. AR­IECI. CONCRETE"CEENAL, 0 BENCH 11ElP AEElION J*Ill LOCITEI'"ERE IIIIETI IIIIALI A111 BACK OF CURB. COLECO BCOL SHALL BE LM SCOFIELD UNHE­ F.Mll F FtE ESE ;:?=—-Mk' C CRETE COLOR CHRCMIX ADMIXTURE NOTIFY LANDSCAPE ARCHITECT CP ANY MCFEEPENCY BETWEEN DI....., AUIUIAN IGE�CURED WITH LITHOCHRITIC C DINATE POINTS A FIELD CGAHHTI LANDEECAP A-IIIE I* 0 TRASH RECEPTACLE EXPANSION J0- 11 FINISH SIDEWALK SHALLVE A CONSTANT SLOP FROM OUTER A�WTexos Deportment or Transportation E-OF STREET CURB.AAAKINIUEA SLOPE SHALL BE M, C..C_COLOR SHALL BE LM SCOFIELD INTEGRAL IF MINLAUld SLOPE SHALL BE 1.5%. jt�CONCRETE COLOR CHROMIX AD111 XTURE_A Q 2IE17 SPRING BEIGE'CUERED WITH­­­_ o BIKE RACK 11..1 JOINT C.ESCAP~I ORARCHE.[VILENT APPROVED BY SIX POINTS URBAN VILLAGE L INITECT. DATASH ELL SLEENCIT COLOR SAINIPLES A PRODU I DATA FOR AL.1 LANDSCAPE ARCHITECT PIE ON TCo SIDEWALK ENHANCEMENT PLAN SEE—.1 _Up CON5T CTICA. STA 37.52 TO ENO 0528 0528 .11 -EE HITS 0531 31 CONTRACTOR SHALL CONSTRUCT 3'X3'NOCK-ID OF ALL DCS ECIE. EL. AAAA GCCC DOUG COL T,P SC. C UNDER " E uRNxGEp IN A"N"AS I.AIl.lC DEAR a PATTERN FOR APPROVAL BY LANDSCAPE ARCHITECT PRIOR TO IC-CH IlTlI IS UNITPAVENS INTEGRAL U,TC A, I sh.., 6 f20 " ­E� C[OMC.GF C-R ITEG"L CO E BIKE-1 'PL RFfFA I COLOR C L' 1- 4'EIENCH INSTALLATION. RECEPTLE i. F�_R,o. `PVANL20LD IP Sy Sy SY 11 SV EA A EA EA N YA _-SEDEWALKI ANCEEF INH10UNT 11. G. 3.003.00O,CG D.CO SCALE IN FEET T�EXAS FTW 1 TARR NT as Joe 124 F& ED.....IT _09_D2_ 48 82 f LE.D ION OF C SEl E PY R SER ANO R(R.MO GTRA�i�EWA4 SIC.." /TO ELEYa TIW dF i o • WCExT sODEuu� r(xisx r 11 CRapE, / GRATE/ __y____ ____i_ r__R[SER E __ j -"I GRATE ISTRUCT. rWM IlNHI8//TTDRR W�SET PVCVRI SEN 1.ROLMD EEE...T 11""TOP OF F{N I Sx DJaCENT SIDEWALK .RAGE \ TOP OF fl15ER PIPE DETAIL T LYEn CX DVLu°rtER Puu ER u EN A. CONT IMI10115 TILLER \ 1• / TY P0.T0€iINGE�TWI INx IBI ORI iOSET C&VTC ON T / ELEY•TION p'TOP OF PY[ ISER AMp L•N ERSIDL D IXREE \ N 111 O IRATE EOWL TO EL Ev iallON OF LAI. £S a ROUND`RATE PER OF DJaCENT SI"'ALF KEL O��A ILS q1 SXEEi 10 A•DialETER SOLID R• PIC DRAI—RISER DIUETER PIC TING SOIL PIPE ON PIPE REFER i0 PLAM�IMG SOLID 1.DIAMETER i l 1 pDLFNT 11116 SOIL DE i=1L5 OI SHEET 1 1 PYP ORA I1NCf RISER /lf�y I 1 E Eq 0 PLIVING T,15 I PIPE 1 1 / DETAILS ON SHF ET IJJ L ER >_ l ._1 /a• CLEAN SNIRP IC ON TOP OF -/ -� A111 AT CLEAN GRAVEL TES Q FREE iCRM SIIE DRAINAGE LAY R f OPA IM PIPE TO I. OF FINES Si DES K TREE WELL S BE OCATfO Al TREE g B•YI H.pvEquvs✓ ¢LL DRaIIMOF LA t S/•-CLEAN SHARP PpIYT. u - 1WEAOFREE QIEpI MINES. IANi PEP EOOCCR TI011R IES BT FREE WELL DETAILS ON GRAINA NILH SMEEi 35- P C Y POI MT D IPE pRIM EL TO ROA C � EE KELL `LEL TO WORD IS€� 12'-0' LAlPOfNT _ PYC ELBOW y PLaMs) TREE WELL DRAINAGE � ON POIWT TREE WELL IN SIDEWALK DETAIL n TREE WELL IN SIDEWALK 1, bl TO SCALE ,�zj Ipl TO YYf © FREESE •=3 ' �1:NICNbLS _. 1 I I 1 RISER PIP Texas OeparfinertJ of Transporly/JDn SIX POINTS URBAN VILLAGE ® _ TREE WELL IN SIDEWALK DETAILS I :a6 --- ------"----------- - - - - --- ------------'-B---- - Act.qO. ' --- -------- no s.s' NpT TO SCALF 12'-0•ITYP.) • U - Wpr On.xO. sro Wa 10.f20 TRAH . PP- . PLNpDLIxOPAiIEY1SEE DM2DOT12DD71REc cs PSFL —TE 2TREE WELL IN SIDEWALK PLAN ENLARGEMENT TEXAS FTwTARRANT —TO 128 0902o B2T/ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 o$ TEMPORARY CASEVENT TEMPORARY EASEMENT o --------------�---� ---------------------------- PE—WENT ----------------- -------PERMANENT ACCESS EASEMENT—,', 1 I EIRE LANE _. 7— BEGIN -x---'9Ep1 P1ro E[T STu--11 �{{ E RAC' Vl —_______—--- __�..__ W ---RACE ]/. _ L— z c"lk' LAI U e EE py M vERwx[NiACCESS EaeEYEXi� CM p '� _________ _______________ ___ _____________/ _ Q —_—_-- Q TEIPDIIARY EASEMENiJ R+��aoa LEaEIQ 11R N—I UB 0 0 ORNAMENTAL ENRUBS/CRASSES SPECIES I—h` TEe FREESE } STREET TREE PLAN 0 ® Tl. r-74NICHOLS (� f } ...ANExTALieEE ® SPECIES NOTES BY SYMBOL "0" �eTexos Department of rronspOrfafion 4\.••Jj LABEL AGGRE`ARI YCR ROCK TREE TREES TO 6E CENTERED 1p' ©2017 LDCAiIOx IN TREE SELL MUEER SIX POINTS URBAN VILLAGE .TES, PLANTING PLAN SUMMARY OP IAN—PE ITEMS ANDRDVAILS.SXEEI I]S 1136 FOR PLANTING 6036 W135 sa3a 6038g EP111 EE EI REFER TO PLANT IST SHEET 1.37 FOR BEGINNING TO STA. 25-Tl 19)111 TREE COOBD lTEs Su IDATION PWNTIS PUAL(B PR�AL(3 PRNIXMNTAIIES 5121.AND 4PEEIf9 Sheet llof2G AL)RREE) AL)ITREEI Ai)ISHRUBI ALI(SHRGREG4 INFgEYAL ICfR.DM IFy L1.11 ARE ARCHITECT OF ANY FAFA EACY OISREPANR BELrfEAD IONSL . . (200Tt VA6.00 56.D028.37 COgi01NAM PAINTS .FIELD COH0ITIONS. 1 GNoE`cs' IANTRNGPLAN 0 o SNEETt STATE sTrv� [aNn ¢.` 1 D, 20. TEXAS pFTWc IARRANi 'rvc. C ©aOOe.aw R 10/19/2011 0 SCALE IN FEET - ca Tao cF coa 129- 1 �,.....�. �. �..<.�... o.. ....o ................ �, 0902M s[4a Rx 827 n, 0 , ARY EASETEAFO.. 8 iEWDRear /^uB--2 7J, �ERxLx[xT.acss EASE _____EasENEx ____ ____ �1I PERMMx6xr.[CESS EASEMEXT1 1 k A._ ID a.ce ST.� � _�_� RACE STREET � � y v1 dh w z6•oo � a.00 � -� �---- --- z Six AN — � 65 �AERMANENT MF T H E OY Dx CCE55 EAS M 5F :1 t H LU I Q DP m Lo TEMPORARY EASEMENT LEG�Q TT.. w O 0 ORNAMENTAL SHRUBS—ASSES SPECIES 0STREET TREE LINT NICHOLS iw....�wtlmF'm^im�" ® OTT. ORxAIENTAL TREE ® SPECIES NOTES BY SYMBOL "0" a��Texas Deportment of Tro Tsportat/oa -6'AOORFGTE TR 1 EES TO IH CENTERED ® C 201T ROBBLESTONE�RIVER ROOA IM TREE RLL O H16EN� SIX POINTS URBAN VILLAGE NOTES. PLANTING PLAN 6 SUMMARY OF LANDSCI REFEP TO SHEET 135 &136 FOR PLANTING o Bo36 6035 6o3o vert Ms 5o1A 6081 EEFE zNp DETAILS. STA. 25+71 TO STA. 28"67 REFER 0 PLANL IST SHEET IIT FOR CATIOx PLANT PFIAIIIT Pv.NEL Ie MAP PNAL(1 PIAM SOIL RNFRR D TREE COORDIIYTES i Sa LO GAL IAL 5 GAETRFE95 M MIM AGGREGATE OWMTATIES 5I2E, Mp fPfC1E5 t'I Sheet 120{20 )j ) 'AL)SHRU) GALhSHRUBI INFORMATION. ,w 0 FA EA C n 31 MFT LANDSCAPE A...ITEET OF ANT mER L A[D P0.1EDT xD x[ NTING PIANS DISCREPANCY SETREN DIAENSIOt15 - DMOR 200Tv(20071 VAw 6.00 95.00 ]53.00 67,85 8.19 EOOROINATE POINTS AHD FIELD CCIIDITICAS. IF xTAll SHEETI Lm xF, AlO 10' 20' - TE%AS DFTW- TARRANT SxoET SCALE IN FEET 130 US. eE98� B27 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Q Q QA—EASELE.1 Q n I le 2Y CC€SS NT CAI pN N YF / RY o�q i/�iEWpuaT E EUFxT ASEYEXr to 2 IB 2 ---------- ---- -------1 IB 2 S IV 1 — .,, RE LAME `5 zs so C"7 as + rn 4 rAn sT. r---"I ren �I v -- «-�..�.�+_—�...e+ac.:r,.-.+,�,Bn-=max-•>s. ,m="s'er�•.rez=�----T� .--fit 'sa.00 — RACE STREETg a 2e I 31 3S All '1 2 _ --"/-A, ........... a f w Y —•/T/� i —_ •I hJ xF RY NENT ACCESS EASELENTi CY Bx I:i RY GY pN L 0Q O WHAWNTAL SHRUBS/GRASSES STREET TREE cRouxocovER �SPEc Es FREESE ."-����;8 mr•. ® ai 0 MMCHOLS . SPECIES exos Department of Transportation DRXAAENTAL TREE ® vER Roca s IEs NOTES BY SYMBOL "O" D Oo lAipaBBLEsiaxE\AFI TREE 1 TREES TP B[CENTERED ©201T NUMBERGN IM TREE SFLL NUMBER SIX POINTS URBAN VILLAGE Nor€sl PLANTING PLAN T FEMS 11.REFER 10 SHEe FOR PLANTING STA. 31-62 TO STA. 34.57 S EOZB sU 1LSRY 1191 6131 6081 IEE[[[[E 0 DETAILS. ET 135 Ell PUNT PUNT PUNT PUNT N REFER TO PLAxr LIST SHEET13T FOR 8� L-0i MAATILANT 165 MATE0.IAL(45 ATEPIAL I3 MATERIAL l HUNTS IL RIVGRERWTN NOTED TREE EOOROIN'TFS PLAMT N Sheet 14of 2 )RIALITREE) )ITREEI GALIISHRUB) GAU SHRUB) mix E DUANTITIE3 SIZE, Mp SPEG IES s; coca• AIP adccr xR cxx IxFORWiIOG. I■ r_o.xc. c PR o U EA LY SIB—-LANDSCAPE ARCHITECT OF ANY 1 AW D.v.xc. aM0 A2007 L200T) x VAp r—'S USHEETdUNE. xGSS CWap IwiEYP01 ITi15E�NUIIIELNU�OpCOilpl TlpR. cR�FI[s sixTE IST•[ [wxlr scR TEXAS cFT1f1 TARRANT —TIT,l i 1 SCALE IN FEET 132 Q Aeoeaam•z lale%zolT F0902c scRBo- 82T PERAIANENi Q INA Dx N 1Q E Ai5E16S F R TELPORARY EASENENi PERAYNENi ACCESS E65EIENT T� 'i1 0 xT ILB 2Y ]0 2 g - - -- A . a Q I T I ! ' I R. ./ / 7 _NJ Ii I � M RACE STREET fR' � M --� p xi.Do"`s"�a--s--=ffi,��e---=�-_—=��s•s�m'-..e,,.e�r �-x.-s:a._--s.�--_EC Q PRCPOSEB STREET CURBI SEE CIVIL lANS n NA N z- RRl ® O SIF 1 J F ..w.. ..............:..... BINE LANE � 1 R PEBYANExT / w Ox E Rx w o SESSENT IB 2Y CCESS IB 2 2 IB ?N xT EASEIENT A LECIM SHRUB r ••I.i.n S•N"�`'�m... ,+.,.ray Q O ORNAAENTAL SHRUBLGRASSES SPECIES ( TREET TREE GRDuxoc N �7FREESE �„ 4`�',Jf ® cT,. NICHOLS rzi,— DYER ORNAMENTAL TREE ® TvECT- NOTES To SYMBOL "0" ' 2ol7 OBOor7menl of TransDorlaTlon -G'AGWIEGATE TREE I. TREES M R LEMFAED ® ©?017 ROBBLESTpIE\RiYER RDOL —EN IN TREE RLL NJBER SIX POINTS URBAN VILLAGE ImrESr PLANTING PLAN w 6093 0]B2 YO 0193 PEI 0192 Dl E EEEE I REFER 0 SHEET I!] .111 FOR MATING v o ] wxe BGer EEEE Aim BErAliI. STA, 34.57 TO STA. 37+52 I➢CATION LIARr PIANr P gNAT PIAM NTSOIL R-RB— NOTEDFEDEE IDIMAMES PI NTSINEET lT FOR N 4665 M IP(A$ M 13 P RIAL(1 SMG( 4GGflEGATE OUANTATI ES SIZE, DSPECIES SNe¢t 15af 20 Al)ALR-1) AI,ITREEI GAU(SHRUB) GAL](SHRUB) I.—T,IOG. BI cocR Agro BP�ccrw onn ^ ]r x0i1fY LAMpSUPE ARCxI iECI OF AxY W Dive.rflio. A xR L PIAMIxs Plaxs EA CI DISCREPANCY 11 E' DINEN![ON! nPn OMOA 2007P(20071 IA r SHEETSS. BE ]1.00 lOB.DO 56.86 53.2) WINATf POINTS AND FIELD 4.ITIONS. 6R IF cs CT E; 0 10' 20' rcc TEXAS Rli ARRANT zNe`r 2 i 1 SCALE IN FEET cwx t 33 z �A R 0902 s[AOON B2) 1 I 1 � 1 ' 1 I � , ' ' , 1 ' ■ 1 PE—ElT ACCESS EISENISIT ............ .!5—/A---------------------------------–----- --------------- L 7' ..... ..... ------------ -------------------1�aG ------=.�---------I- < --------- -------- F- RACE STREET BIKE LANE < -— --------- 18 3 O uj uj z SHRUB M. 0 0 ORNAMENTAL SHRUBS/GRASSES SPECIESFREESE STREET TREE Vill-INCHOLS 1 .—CONER TREE SPECIES NOTE BY SYMBOL "0" axes Department of Transportallon -.-E.lIL TREE —1-I.RECATC E 1. TRE BE CENTERED 2017 --T. S 11 RIVEN ROCK El /ELL HUABE R SIX POINTS URBAN VILLAGE NOTES, PLANTING PLAN SUMMARY Dr NNDSGAVE HEMS 6026 0393 za FFfE 11 11 11EE-1 113B 1.PLANTING -52 T A...CT.ILS, STA. 3T 0 END 2)REFER TO PLANT LIST WET— TOP ..Tl.N PINT PINT P.HT.,P1,11RCC, NOTES TREE—"I'.'�PEC'I 165 M ll MATERIAL(3 NA—RIAL(l 'I GUA L,�_ NHX —F—TE E AN IES N GALT(SHRUB)�GALI(.Nt�R) IT", D1i DMO 2001 (200]1 EA VA 00 SISNOT IFY LAKDSTAFE ARCHITECT OF III —P D—RE "T"'PLAN' r sT ,,UcT �—T, C a IIEETC C N. COORDINATE HIS D FIELD 0011DItION5. E TEXAS FTW I TARRANT W T— 134 1. —09D2 48 827 SET ELBV.FION Of TOP a PVC o r o EP AND ON MD GRATE TOP LA, TO ELEVATION EI T ADF.CENF EF1GE� r?SEP — 1 A'ROIMO OR.TE IST—RURAL FWN INNITORI SET ELEVATBIIMI OF TOP OF ? PV"E17EOWAID R—I ATAIII10`F TOP OF AOJ FINISH GRIBE-\ AGGSEGATE M—EM. OBBLESipIEI ANTEEDGED AF FIC ORI WAFGAY f1BRiC I E RIVER ROOF , \ (STRUCTURAL U ROI EDGE \ 1 BLEVIT]ONI SET OF PLANTER /!�OF PL O OX TOP rA'-B'AGGREGTE CGBBLEBTONE\RNER ROCK 0 COBBITEST01M1lEs "BELOW \ T' % p0 EELEYTATION1'OP TllP OJ.CENT PAYENWIT "P. .� Rglxp GRATE Gal SID OF ADJACENT IDENAL' SOLID." M IDRAINIGE RISER DIMIN PVC IPE FILTER DRAT NIDE PIPE FABRIC ON TOP aF SOL Ip A-DI"TER Q LAYGRAVEL DRa IMAGE DRAINAGE RISER NON WOYEN ER I SOIL REFER PIPE T I FiBBI[T]LE I by DETAILS ON C T SNEN RE iBB IC CNS FILTER I 4 1 CLEAR GRAVEL 1 SOIL REFER TO JJJ :/A'OLEIN SHARP DNA I oGE LATER IIB LANFIXG DETAILS ON �LIPFAGORNAIS I xE IN. vERLIPBI �SNFEi135 E SL.XT PEN DETAILS ON —RI CLEAN SHARP SHEET ]B 512E GFPEF OF FIXES. OEpill VARIES BY PLANT PER I ut ( _11TIL1SJSmJ LOCATION \ u DPAI x.GE IGH • g ' TIME WELL f YdPlES \\ ROINT WE LA X _ ORAINAGGEL \\\ POI Ni _ Y.RIES _ LA PoINT -PC ELBOW L TR EE TREE ISLAND IN STREET DETAIL n TREE ISLAND IN STREET DETAIL IST TO SCALE .�s3 MDT TD]GALE S� ROTE. I)C.MESTpEA RIVER REEK BE rr 1 I BLE.—DATE. INBd BLEND. T 2DLoi°n iT sP.Tv°iLEs F�w 'PRovuP Bir T FREESE m'r^"M^q�A.1-- PMDSCAPE RRCHITECL PIt1a1 TO DINED RHD IPMaNICHOLS —EFT&. mgt Texos Department of Tronsporlollon / ©2014 SIX POINTS URBAN VILLAGE TREE WELL IN STREET DETAILS d� sr,ee+ 7Boi2 H DMO L2007 (2007I FI VEnr TERAS OFTWTT1 TRRRANT srvo' o ®. mT T-1 cTI ,cs 136 7 5[ w 090298B2T PLANT LIST "IT, SYMBOL CUAui T SIZE HANE 1 BOTAN-L NA -.,S STREET TREES MINIML T-I OCAYETEXRS 14CHES YF.IMW SPREAD FIVE CE 18 `FyNUL [EMR EW LUAUS CRASSIPSLN CONTAINER EEi, IMM x 5 L, DENSE CANMY, N DiFSET RE ST TIOry FF SERWG CENTRAL T Np CODOLIAMAMi EM51 W Cx 15.85111953 r]SE '+0+981!4 SELECTIONS OR UNI FOTEY EIGHT D SPREAD. 101 5385 10.25 31.50.23 33.9].93 -38.]085 27 31+5619 -2V 24)8 III 8 El"ES,I FyN� QU[RCUS'(IRGIHNNA INIMM TRJNIL DIASTER I IN[ Y[NIWI SPREAD FIVE ZS+5301 t8.w61 9 + 6 -14]13LO } SWTHERN IM fMN MIC MSE LpMRYNER fEEi INIMY ELVE NES; ULL WTAxOPY1 5+8].48 16.3946 0 31+99.71 231.11CENRxIIItNO C-1.11H� CN 0C 5ELE[ilONs OR IFOTIY EIOxT XD READ.I2W56.1] 65575 3] 32Kh.666.7086 2 32�73 93 24-182ass 3 69MIMIMLTRUHFDIAMETERSINCHES YINIYW SPREAD FIYE 7.92.30 IIlUIL3 34 33.63.56 1 24 n5p 0 EvAiLMA, SHUWRD OM OUFRCUS SHUMAI1011 COMNxEa fEEiMIMINUM H Gx ELVE 241 ULL DF,E""Ytx a550 33 33 510 -23.9156SELICCTIONSTRDP LNIF IPBE1B.T.11PIPREID I CCN 29M4.8] 466639 36 3 a650sa 10.06179.01.31 29 739 24ORNAMENTAL TR 29+36.36 a19.58IB 1,1 THREE TO FIYE TRUNKS 66.68 40EuwM�M fH CHEZ [ ERETRpEYM INDICA MINIMI TRUNK DI AYETER 1 5 I..I YIMI-SPRCAO 3615 46.]482 1 d -2126)96XC T 14 SINGLE THUNK TC EZ CDMNNER fIXIR FEET11 YIMIML EIOHi SEVEN EETI F GILT DEEM 9+'146 46.TeM; 424OSCANKIMEAR WTCH SELECTIONS FON UNIEgN xE i Dl0a 1SPREAD 29°63.55 24 n3 37.238 140.6908 44 31+2848 24THREE TO FIVE 5 30M0.31 24 ISMINI- R N DINEEER 5 INCIBS IXIMUM SPREAD Yx 12 'OMSMi, TREE YAUF9X HOLLY TLE%VgIRORN CDNTNNEPFOUR FEETIJAUNA.1.1 SEVEEN FT:ETI ULL DEQ E30.55.71 +6.9]93 66 30+3]r0 00024Cl-" TEHELECTIGNs FOR IFOIMHEIGHT D 5.78 47.0154 38+4].14-E.. MINIMUM SPREAD M HEIGHT COMMENTS MEXICAN FFATHERGRASS STIR,TENUBSIW CONTAINER 15 INCHES M15 INCHES 9 O.C.rRY SPACING234 ��ff cc y GULF MUHLY CONTAINER 1S INCHES 15 I-IS FULL OEMSE A•5 REIxG cEHTEREO IH rREE WELL 00 NOL 1MVE O 291 3u�ui SWEET RAG .USRCALAMUS L CONTARIEN 15 INC 18 INCHES IRG-R IRIS DIM MCOLOR CONTAINER 15 INCHES IS INCHES SOF MIX OF SEIECDONS SP DIES N FOR UN1RgPE MUSCARI CONTAINER 15 INCHES IS INCHES TEOSP FHT AND26 yAD REDHEEPERALOE PARVIFLORA CONTAINER 24 INCHES 18 INCHES Q 2T AO.4� DWARF YAUPOM HOLLY ILE%VDMITORM'RANI CONTAINER 18 INCHES 18 INCHES 148 0J SG�u PF PODOCAFPIS PRIULM pYl�F RJPNYL CDNTAINER [HES 18 INCHES NOTEST .� �wu ALL SAES SHpM FOR ALL PLANTS(SUCH AS CALIPER.C014TAINER SIZE SPREAD xE IOHT,ETC.I ARE YINIMA4 REWIRED SIZES. C EAINER SIZE LARGER ixAM THE NIMIMY SI ZECOXiA1NER 1X01[1120 IN TIE PLANT LIfT WY BF MECEsSARr TO PRW TOE THE YINIML HEIGHT INp]UTED. - MARY OF HARDSCAPE ITEMS SUMMARY Of IANDSCAPE ITEMS cw a Y�_'�L•- 0528 0528 SUMMARY 0528 0331 0392 193 0192 0192 s�wr Ne q..�P' 6004 GODS 6001 6015 6028E ME SHEET LOCATION UN7PAVERS-TIAVERS TEOPAL INTEGRR _0AL T.GEL CONCRETE BEN[ 80x TRASH BIKE BACK EET UOMTIIN wIM MA LfRIAi HNRP RMT pgNT L4HlT SOIL RIVER RDCK a„I lYPfl N Z CONCRETEA COrvCRETEB CONCRETE[ IOEWALF RECEPTACLE AL1G5 1 3 AL l3 IAL11 P NT AGGREGATE FREESE SY SY EA EA GALT(TREE) GAL)(TREE) GAL)SHRU31 G0.0.L)SHRUD7 onNICHOLS 11 El A EA CY Arv=AOLLEN GOO O.W 35.12 O.w 000 337x34 O.w 3.w O.w I. PUNTIxG PLANS 300 6w 31.56 © ^^� L PIA SHEET 1 SHEET! PUNTING Puns Mg*Texas Department of Transportation SHEET 4.00 45.00 67.85 8.24 f ©2(117 IDEWENPIAN5 AL SB1.6) 000 10.59 5.34 2.6) 288.18 0.00 pNNTING PIANS xANSNtE 2 nw 200 544 T.NG o.aD 131.ds 4o.D4 S[% POINTS URBAN VILLAGE ANCFMENTKPL4N0 13.67 19.45 15.w 0.00 D. 351.56 3.00 O.w 1.w pDD PUNTING PIANS 8.00 ]d.w 70.63 66.39 sHFEr3 sHEETd ITEM SUMMA RY AND H SIDEWALK PU SRGET, 6.w 12.00 56.86 s3.n PLANT LIST 000 000 31.23 20.78 USES 46).67 0.00 6.w 1.00 9.00 NTInG PIA ew TP MSHEET6 11.00 35,90 16.08 SEWALK PROIECTTOTAL3: 101.00 395.31 311.09 Sheet 19 of 2D ENHANCEMENT PtgxS O00 G. 24.67 31.78 16.13 518.]3 G. 5.w 1.00 6.00 _ VIBEEIS 000 0.00 12.34 12.00 6.34 219.34 000 2.w 0.00 3.00 FWH SONO L2007P 120011 P,VA v EF[s 2a RO3EnrprALS nw ism sw - iE%AS 01FTWr TARRANi "o-r 19534 )9.45 139.25 60.80 2,182.81 3.00 ]5.G0 W c5xr0D cr Lm 0VIAK 13t 0402E 1248 Rx1 927 I .Kd.•..�i ,i..+. ...� .�,.... ....�. a., a� 001113-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Six Points Urban Village Streetscape Improvements will be 6 received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 200 Texas Street 11 Fort Worth,Texas 76102 12 until 1:30 P.M. CST,Thursday, October 26,2017, and bids will be opened publicly and read 13 aloud at 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the(approximate)following: 17 Reconstructing a portion of Race Street from Grace Ave. to Holden St. (0.327 Miles)which 18 consist of the following work(approximate): 19 Removing 4,400 SY of concrete pavement/sidewalks 20 Removing 10,200 SY of asphalt pavement 21 Install 4,300 SY of 8"flexible base 22 Install 1,796 SY of concrete pavement 23 Install 7,000 LF of curb 24 Install 44 ADA compliant curb ramps 25 Install 90 LF of drilled shaft for 13 light poles 26 Install 9,000 LF of pavement markings 27 Install 80 trees 28 Install 1,265 shrubs 29 Install 2,560 SY of concrete sidewalk 30 Install 650 SY of integral colored concrete 31 32 33 PREQUALIFICATION 34 The improvements included in this project must be performed by a contractor who is pre- 35 qualified by the City at the time of bid opening.The procedures for qualification and pre- 36 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 37 38 DOCUMENT EXAMINATION AND PROCUREMENTS 39 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 40 of Fort Worth's Purchasing Division website at http://www.fortworth o� v.or"urchasing/and 41 clicking on the Buzzsaw link to the advertised project folders on the City's Buz saw site.The 42 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 43 suppliers. 44 45 Copies of the Bidding and Contract Documents may be purchased from Freese and Nichols, Inc. 46 located at: 47 4055 International Plaza 48 Suite 200 49 Fort Worth,Texas. CrrY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE IMPRO DEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: 0902 48 827 Revised June 19,2015 CITY PROJECT NO.00705,DOE: 6056 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 2 The cost of Bidding and Contract Documents is: 3 Set of Bidding and Contract Documents with half size(if available) drawings: $100.00 4 PREBID CONFERENCE 5 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 6 BIDDERS at the following location, date, and time: 7 DATE: October 12, 2017 8 TIME: 2:00 PM 9 PLACE: 200 Texas Street — 10 Fort Worth, Texas 76102 11 LOCATION: Conference Room 270—Located on second floor of City Hall 12 .� 13 14 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 15 City reserves the right to waive irregularities and to accept or reject bids. , 16 17 FUNDING 18 Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from 19 revenues generated from Urban Village Funds,which are federal earmark funds provided to the 20 City by the Federal Highway Administration,and from 2014 City bond funds. 21 22 INQUIRIES 23 All inquiries relative to this procurement should be addressed to the following: 24 Attn: Wilma Smith,City of Fort Worth 25 Email: Wilma.Smith&fortworthtexas.gov 26 Phone: 817.392.8785 27 AND/OR 28 Attn: Dustin Blaylock, Freese and Nichols,Inc. 29 Email: DFB&Ereese.com 30 Phone: 817.735.7437 31 32 ADVERTISEMENT DATES 33 September 28, 2017 34 October 5, 2017 35 36 END OF SECTION CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: 0902 48 827 Revised June 19,2015 CITY PROJECT NO.00705,DOE: 6056 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 10 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 00-GENERAL CONDITIONS. 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person,firm,partnership, company,association,or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm,partnership,company,association,or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided)makes an award. 2. Copies of Bidding Documents 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2.City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1.All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified(even if inadvertently opened) shall not be considered. Prequalification requirement work types and documentation are as follows: 3.1.l. Paving—Requirements document located at; htips://proj ectpoint.buzzsaw.com/fortworthgov/Resources/02%20- %20Construction%2ODocuments/Contractor%2OPrequalification/TP W%2OPaving %20Contractor°/o2OPrequalification%2OProgram/PREQUALIFICATION%20REQ U IREMENT S%20FOR%20PA V ING%2000NTRACTORS.PDF?public 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; htips://12roj ectpoint.buzzsaw.com/fortworthgov/Resources/02%20- %20Construction%2ODocuments/Contractor%2OPrequal ificati on/TP W%2OPaving %20Contractor%2OPregual i fication%2OProgram/PREQUALIFICATION%20REQ UIREMENTS%20FOR%20PAV ING°/a2000NTRACTORS.PDF?public CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: 0902 48 827 Revised June 19,2015 CITY PROJECT NO.00705,DOE: 6056 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 3.1.3. Water and Sanitary Sewer—Requirements document located at; https://proj ectpoint.buzzsaw.com/fortworth2ov/Resources/02%20- %20Construction%2ODocuments/Contractor%2OPrequalification/Water%2Oand%2 OSanitM%2OSewer%2OContractor%2OPrequalification%2OProy-ram/W S S%20pre qual%20requirements.doc?public 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within = seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 45 11,BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s)for a project to submit such additional information as the City,in its sole discretion may require,including but not limited to manpower and equipment records, information about key personnel to be assigned to the project,and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to deliver a quality product and successfully complete projects for the amount bid within _. the stipulated time frame. Based upon the City's assessment of the submitted information,a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information,if requested,may be grounds for rejecting the apparent low bidder as non-responsive.Affected contractors will be notified in writing of a recommendation to the City Council. 3.4.In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 4.1.Before submitting a Bid,each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents(including"technical data"referred to in Paragraph 4.2. below).No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and site conditions that may affect cost,progress,performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress,performance or furnishing of the Work. CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: 0902 48 827 Revised June 19,2015 CITY PROJECT NO.00705,DOE: 6056 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 10 4.1.4. Be advised,City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat.252,42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A,Office of the Secretary,Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation issued pursuant to such Act,hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race,color,or national origin in consideration of award. 4.1.5. It is the policy of the Company to assure that applicants are employed,and that employees are treated during employment,without regard to their race,religion, sex,color or national origin,age or disability. Such action shall include: employment,upgrading,demotion,or transfer;recruitment or recruitment advertising;layoff or termination;rates of pay or other forms of compensation; and selection for training, including apprenticeship,and/or on-the-job-training. 4.1.6. Study all: (i)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities)that have been identified in the Contract Documents as containing reliable "technical data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable"technical data." 4.1.7. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish.All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents.No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.8. Perform independent research,investigations,tests,borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project.On request,City may provide g each Bidder access to the site to conduct such examinations,investigations, explorations,tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations,investigations,tests and studies. CrrY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: 0902 48 827 Revised June 19,2015 CrrY PROJECT NO.00705,DOE: 6056 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.1.9. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work,time required for its completion,and obtain all information required to make a proposal.Bidders shall rely exclusively and solely upon their own estimates,investigation,research,tests,explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima-facie evidence that the a Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be _ allowed. 4.1.10. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents.The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. - 4.2. Reference is made to Section 00 73 00-Supplementary Conditions for identification o£ 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings,if any,on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures(except Underground Facilities)which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents,but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any"technical data" or any other data,interpretations,opinions or information. 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 3 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means,methods,techniques, sequences or procedures of construction(if any)that may be shown or indicated or expressly required by the Contract Documents,(iii)that Bidder has given City written notice of all conflicts,errors,ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder,and when said conflicts, etc.,have not been resolved through the interpretations by City as described in Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the - Work. CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: 0902 48 827 Revised June 19,2015 CITY PROJECT NO.00705,DOE: 6056 r 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 10 4.4.The provisions of this Paragraph 4,inclusive,do not apply to Asbestos,Polychlorinated biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract Documents. 5. Availability of Lands for Work,Etc. 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities,construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way,easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements,and/or permits are not obtained,the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way,easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 1000 Throckmorton Street Fort Worth,TX 76102 Attn: Wilma Smith, Transportation and Public Works Fax: <Insert Department fax#> Email: Wilma.SmithWortworthtexas.gov Phone: 817.392.8785 6.1.Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: 0902 48 827 Revised June 19,2015 CITY PROJECT NO.00705,DOE: 6056 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 6.2.Addenda or clarifications may be posted via Buzzsaw at<Insert Link to Documents>. 6.3.A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five - (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award,City may consider Bidder to be in default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. - 8. Contract Times The number of days within which,or the dates by which,Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract,if awarded,will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or"or-equal"items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A.,6.05B. and 6.05C.of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. CrrY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: 0902 48 827 Revised June 19,2015 CITY PROJECT NO.00705,DOE: 6056 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-2011 (as amended),the City has goals for the participation of minority business and/or small business enterprises in City contracts.A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 2:00 P.M. CST,on the second business days after the bid opening date.The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item,alternative,and unit price item listed therein. In the case of optional alternatives,the words"No Bid," "No Change," or"Not Applicable" may be entered.Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required.All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals,the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner,whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the film and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: 0902 48 827 WN Revised June 19,2015 CITY PROJECT NO.00705,DOE: 6056 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 .- 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number,Project title,the name and address of Bidder,and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope with the notation"BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids - 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids.After all Bids not requested for withdrawal are opened and publicly read aloud,the Bids for which a withdrawal request has been properly filed may, at the option of the City,be returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates(if any)will be made available to Bidders after the opening of Bids. - 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion,release any Bid and nullify the Bid security prior to that date. CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: 0902 48 827 Revised June 19,2015 CITY PROJECT NO.00705,DOE: 6056 002113-9 INSTRUCTIONS TO BIDDERS Page 9 of 10 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder,whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves F , the right to waive informalities not involving price,contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders,Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract,Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs,maintenance requirements,performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility,qualifications, and financial ability of Bidders,proposed Subcontractors, Suppliers and other persons and organizations to perform and famish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization,work of a value not less than 35%of the value embraced on the Contract,unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. CITY OF FORT WORTH SIX POJNTS URBAN VILLAGE STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: 0902 48 827 Revised June I9,2015 CITY PROJECT NO.00705,DOE: 6056 0021 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 - 1 17.6. A contract is not awarded until formal City Council authorization. If the Contract is 2 to be awarded,City will award the Contract within 90 days after the day of the Bid 3 opening unless extended in writing. No other act of City or others will constitute 4 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 5 the City. 6 7 17.7. Failure or refusal to comply with the requirements may result in rejection of Bid. 8 9 18. Prison Produced Materials 10 11 18.1. The use of convict-produced materials is strictly prohibited on this project. 12 13 19. Signing of Agreement 14 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 15 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 16 Contractor shall sign and deliver the required number of counterparts of the Agreement to 17 City with the required Bonds,Certificates of Insurance,and all other required documentation. 18 City shall thereafter deliver one fully signed counterpart to Contractor. 19 20 21 22 END OF SECTION CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: 0902 48 827 Revised June 19,2015 CITY PROJECT NO.00705,DOE: 6056 00 35 13 BID FORM Page 10 of 10 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City n Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. hftp://www.ethics.state.tx.us/forms/CIQ.pdf hftp://www.ethics.state.tx.us/forms/CIS.pdf D CIQ Form is on file with City Secretary a ❑ CIQ Form is being provided to the City Secretary ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: The Fain Group, Inc. By: L72 Frazier 1616 N. Sylvania Signature: 0 Fort Worth, TX 76111 Titl President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook 0041 00 BID FORM Page 1 of 10 �x SECTION 00 4100 BID FORM TO: The City Manager c/o:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: Six Points Urban Village Streetscape Improvements Grace Avenue to E. Belknap Street City Project No.: 705 Units/Sections: Unit I-Removal Unit II-Roadway Unit III-Utility Unit IV-Illumination Unit V-Pavement Markings Unit VI-Landscaping Unit VII-Utilities 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving, receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook 0041 00 BID FORM Page 2 of 10 c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice"means harming or threatening to harm,directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Illumination Improvements b. N/A c. N/A d. N/A 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 214 working days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones}within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. DBE Forms(optional at time of bid) e. Prequalification Statement, Section 00 45 12 f. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary g. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook 0041 00 BID FORM Page 3 of 10 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 7. Bid Submittal This Bid is submitted on 10/26/2017 by the entity named below. Respectfully bmit,ted, Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: 10/18/17 (Signature) Addendum No.2: 10/24/17 Addendum No. 3: Larry Frazier Addendum No.4: (Printed Name) Title: President Company: The Fain Group, Inc. Corporate Seal: Address: 1616 N. Sylvania Fort Worth,TX 76111 State of Incorporation: Texas Email: lfrazier faingo.com Phone: 817-927-4388 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook r 1 1 1 I 1 1 1 1 Control 0001-03-030 Project STP 2000(938)HES Highway SH 20 County EL PASO ALT ITEM DESC SP Bid Item Description Unit Quantity Bid Price Amount Seq ----------------------------------------------------------------------------------------------- ----------------------------------------------------------------------------------------------- 509MOV CONC SDWLK) MY 2 0 $ 0.000 $2,6 1 7 1 7 Total Bid Amount $2,664.00 Signed Title Date Additional Signature for Joint Venture: Signed Title Date EXAMPLE OF BID PRICES SUBMITTED BY COMPUTER PRINTOUT EXAMPLE EXAMPLE EXAMPLE EXAMPLE _ EXAMPLES 'J BID PRICES SUBMITTED BY HAND WRITTEN FORMAT ALT ITEM-CODE —" T—DE-- PT � TEM DESC S.P. UNIT BID PRICE ONLY APPROX USE 'NO NO NO. WRITTEN IN WORDS UNIT QUANTITIESONLY 190 026 RED OAK 1 1/2"- 13/4"GAL BB EA I 9.000 1 XOm DP E E am, 76 CENTS Unit price for each plant in place 249 014 FLEX SE(DEL (DENSC T)(TY A CL2) TONS 6,787.00 14 r 7 i ,�wem, DLRS r s amd �ii fJyiaa CENTS Unit price for each ton of Flexible Base 430 001 001 }CL A CONC FOR EXT STR (CULV) Fcy 45.000 27 �wwz D S E amd 110 CENTS Unit price for each cubic yard of Concrete 610 007RD L ASSE (TY ST 50 -8-8)(.4 W)S EA 13.00 7 E Rumac� DLRS WV1 LPw�iy UQM CENTS Unit price of each Roadway Illumination Assembly EXAMPLE EXAMPLE EXAMPLE EXAMPLE 00 42 43 BID PROPOSAL SECTION 00 42 43 Page 1 or3 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Item No. Desc.No. Description Unit of Bid Unit Price Bid Value Measure Quantity Unit I-Removal 104 6001 REMOVING CONC(PAV) SY 2248 19 $42,712.00 104 6015 REMOVING CONC(SIDEWALKS) SY 2159 24 $51,816.00 104 6022 REMOVING CONC(CURB AND GUTTER) LF 2177 9 $19,593.00 104 6040 REMOVING CONC(PAVERS) SY 26 $25.00 $650.00 105 6011 REMOVING STAB BASE AND ASPH PAV(2"-6") SY 10178 $5.00 $50,890.00 110 6001 EXCAVATION(ROADWAY) CY 720 $17.00 $12,240.00 500 6001 MOBILIZATION LS 1 $90,000.00 $90,000.00 502 6001 BARRICADES,SIGNS AND TRAFFIC HANDLING MO 8 $3,000.00 $24,000.00 662 6063 WK ZN PAV MRK REMOV(W)4"(SLD) LF 1260 $1.25 $1,575.00 662 6075 WK ZN PAV MRK REMOV(W)24"(SLD) LF 12 $7.50 $90.00 662 6080 WK ZN PAV MRK REMOV(W)(ARROW) EA 1 $185.00 $185.00 662 6095 WK ZN PAV MRK REMOV(Y)4"(SLD) LF 7950 $1.25 $9,937.50 677 6001 ELIM EXT PAV MRK&MRKS(4") LF 17783 $1.00 $17,783.00 677 6007 ELIM EXT PAV MRK&MRKS(24") LF 26 $5.00 $130.00 677 6008 ELIM EXT PAV MRK&MRKS(ARROW) EA 7 $110.00 $770.00 677 6012 ELIM EXT PAV MRK&MRKS(WORD) EA 13 $110.00 $1,430.00 Unit 11-Roadway 247 6064 FL BS(CMP IN PL)(TY A GR 4)(6") SY 4704 $14.00 $65,856.00 340 6011 D-GR HMA(SQ)TY-B PG64-22 TON 578 $125.00 $72,250.00 340 6126 D-GR HMA(SQ)TY-D PG70-28 LATEX ADD TON 924 $150.00 $138,600.00 360 6028 CONC PAV(JOINT REINF)(6") SY 2186 $65.00 $142,090.00 423 6008 RETAINING WALL(CAST IN PLACE) SY 160 $385.00 $61,600.00 506 6038 TEMP SEDMT CONT FENCE(INSTALL) LF 3190 $2.001 $6,380.00 506 6039 TEMP SEDMT CONT FENCE(REMOVE) LF 3190 $0.50 $1,595.00 506 6040 BIODEG EROSN CONT LOGS(INSTL)(8") LF 3420 $3.50 $11,970.00 506 6041 BIODEG EROSN CONT LOGS(INSTL)(12") LF 30 $16.00 $480.00 506 6043 BIODEG EROSN CONT LOGS(REMOVE) LF 3450 $0.75 $2,587.50 529 6002 CONC CURB(TY II) LF 2490 $24.00 $59,760.00 529 6005 CONC CURB(MONO)(TY II) LF 3160 $7.00 $22,120.00 529 CONC CURB(RIBBON CURB) LF 836 $15.00 $12,540.00 530 6004 DRIVEWAYS(CONC) SY 670 $79.00 $52,930.00 531 6001 CONC SIDEWALKS(4") SY 2790 $55.00 $153,450.00 531 6004 CURB RAMPS(TY 1) EA 4 $1,750.00 $7,000.00 531 6008 CURB RAMPS(TY 5)(MOD) EA 3 $2,140.00 $6,420.00 531 6013 CURB RAMPS(TY 10)(MOD) EA 1 $1,700.00 $1,700.00 531 6016 CURB RAMPS(TY 21) EA 1 $1,580.00 $1,580.00 _ 3213 503 BARRIER FREE RAMP,TYPE M-1 EA 9 $1,750.00 $15,750.00 3213 505 BARRIER FREE RAMP,TYPE M-3 EA 6 $1,875.00 $11,250.00 3213 507 BARRIER FREE RAMP,TYPE P-2 EA 14 $1,800.00 $25,200.00 6000 6059 INSTALL FOUNDATION(BUS SHELTER) EA 3 $1,800.00 $5,400.00 r FFFF PRECAST CONCRETE WHEEL STOP EA 74 $65.00 $4,810.00 Unit III-Illumination 416 6002 DRILL SHAFT( 4 IN) LF 198 $180.00 $35,640.00 618 6023 CONDT(PVC)(SCH 40)(2") LF 3079 $15.001 $46,185.00 620 6006 ELEC CONDR(NO.10)INSULATED LF 9237 $1.501 $13,855.50 CITY OF FORT WORTH _ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 4100 00 43 13_00 42 43_00 43 37_00 45 12_00 35 13-Bid Proposal Workbook 00 42 43 BIDPROPOSAL SECTION 00 42 43 Page 2 of3 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Item No. Desc.No. Description Unit of Bid Unit Price Bid Value Measure Quantity 624 6002 GROUND BOX TY A(122311)W/APRON EA 4 $600.00 $2,400.00 628 6018 ELC SRV TY A 120/240 100(NS)AL(E)PS(U) EA 1 $7,250.00 $7,250.00 3441 3025 FURNISH/INSTALL BERRY POLE AND LUMINAIRE EA 33 $6,200.00 $204,600.00 Unit IV-Pavement Markings 644 6001 IN SM RD SN SUP&AM TY10BWG(1)SA(P) EA 39 $725.00 $28,275.00 666 6012 REFL PAV MRK TY I(W)4"(SLD)(100MIL) LF 5471 $1.00 $5,471.00 666 6042 REFL PAV MRKTY I(W)12"(SLD)(100MIL) LF 324 $4.50 $1,458.00 666 6048 REFL PAV MRK TY I(W)24"(SLD)(t00MIL) LF 76 $5.50 $418.00 666 6099 REF PAV MRK TY I(W)18"(YLD TRI)(100MIL) EA 42 $39.00 $1,638.00 666 6105 REFL PAV MRK TY I(W)(BIKE ARW)(100MIL) EA 18 $200.00 $3,600.00 666 6111 REFL PAV MRK TY I(W)(BIKE SYML)(100MIL) EA 11 $375.00 $4,125.00 666 6126 REFL PAV MRK TY I(Y)4"(SLD)(100MIL) LF 3191 $1.00 $3,191.00 666 6163 RE PM TY I(ACC PRK)(BL&WH)(W/BORDR)LG EA 8 $485.00 $3,880.00 666 6170 REFL PAV MRK TY II(W)4"(SLD) LF 5471 $0.05 $273.55 666 6180 REFL PAV MRK TY II(W)12"(SLD) LF 324 $0.05 $16.20 666 6182 REFL PAV MRK TY II(W)24"(SLD) LF 76 $0.05 $3.80 666 6198 REFL PAV MRK TY II(W)18"(YLD TRI) EA 42 $0.05 $2.10 666 6200 REFL PAV MRK TY II(W)(BIKE ARROW) EA 18 $0.05 $0.90 666 6207 REFL PAV MRK TY II(Y)4"(SLD) LF 3191 $0.05 $159.55 672 1 6009 REFL PAV MRKR TY II-A-A EA 42 $10.00 $420.00 Unit VI-Landscape 170 6001 IRRIGATION SYSTEM LS 1 $41,000.00 $41,000.00 192 6025 PLANT MATERIAL(45 GAL)(TREE) EA 27 $950.00 $25,650.00 192 6026 PLANT MATERIAL(65 GAL)(TREE) EA 45 $1,250.00 $56,250.00 192 6028 PLANT MATERIAL(1 GAL)(SHRUB) EA 828 $8.00 $6,624.00 192 6030 PLANT MATERIAL(3 GAL)(SHRUB) EA 202 $28.00 $5,656.00 192 6081 PLANT SOIL MIX CY 397 $85.001 $33,745.00 528 6004 LANDSCAPE PAVERS TYPE 1 SY 196 $135.00 $26,460.00 528 6004 LANDSCAPE PAVERS TYPE 2 SY 80 $205.00 $16,400.00 528 6008 INTEGRAL COLOR CONCRETE(A) SY 122 $82.00 $10,004.00 528 6008 INTEGRAL COLOR CONCRETE(B) SY 79 $84.00 $6,636.00 528 6008 INTEGRAL COLOR CONCRETE(C) SY 43 $87.00 $3,741.00 531 6001 CONC SIDEWALKS(4") SY 2186 $53.001 $115,858.00 618 6037 CONDT(PVC)(SCH 40)(6") LF 3850 $37.001 $142,450.00 AAAA 6'BENCH EA 3 $3,000.001 $9,000.00 BBBB 4'BENCH EA 19 $2,600.00 $49,400.00 CCCC TRASH RECEPTICLE EA 5 $1,625.00 $8,125.00 DDDD BIKE RACK EA 25 $800.00 $20,000.00 EEEE RIVER ROCK AGGREGATE SF 8543 $10.00 $85,430.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook 00 42 43 BID PROPOSAL SECTION 00 42 43 Page of PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Item No. Desc.No. Description Unit of Bid Measure Quantity Unit Price Bid Value Unit VII-Utilities 618 6033 CONDT(PVC)(SCH 40)(4") LF 1805 $27.00 $48,735.00 XXXX 6001 6"PRESSURE PLUG EA 2 $1,100.00 $2,200.00 XXXX 6002 SALVAGE FIRE HYDRANT EA 1 $1,125.00 $1,125.00 XXXX 6003 MANHOLE ADJUSTMENT(MINOR) EA 7 $1,100.00 $7,700.00 XXXX 6004 VALVE BOX ADJUSTMENT EA 29 $1,000.00 $29,000.00 XXXX 6005 DIP FITTINGS TON 1 $5,200.00 $5,200.00 XXXX 6006 6"DIP WATER LF 54 $72.00 $3,888.00 XXXX 6007 INSTALL FIRE HYDRANT EA 1 4,500.00 $4,500.00 XXXX 6008 6"WATER METER AND VAULT EA 1 $17,200.00 $17,200.00 XXXX 6009 6"GATE VALVE EA 2 $1,825.00 $3,650.00 XXXX 6010 8"GATE VALVE EA 1 10 .00 $2,100.00 CSJ NO 0918-11-085 Bid Summary Base Bid Unit I-Removal $323,801.50 T Unit 11-Roadway $883,318.50 Unit III-Illumination $309,930.50 Unit IV-Pavement Markings $52,932.10 Unit VI-Landscape $662,429.00 Unit VII-Utilities $125,298.00 Total Base Bidl $2,357,709.60 a.. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS "' Form Revised 20120120 00 410000 43 13_00 42 43_00 43 37_00 45 1200 35 13 Bid Proposal Workbook 00 43 13 BID BOND Page 1 of 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) The Fain Group, Inc. hereinafter called the Principal, and (Surety Name) Westfield Insurance Company a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of Five Percent of the Greatest Amount Bid and No/100 Dollars ($ (5%GAB) .00), the payment of which sum will be well and truly made and the - said Principal and the said Surety, bind ourselves,our heirs, executors, administrators,successors and assigns,jointly and severally,firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Six Points Urban Village Streetscape Improvements Grace Avenue to E. Belknap Street NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal,this bond shall become the property of the Obligee,without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this 26th day of October ,2017• r By: The Fain Gr p, Inc. P" (Signature and Title of Principal) *By: Wes l nsura Compa _. Johnny*Ss (Signature of Attorney-of-Fact) *Attach Power of Attorney(Surety)for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 0000 43 1300 42 43_00 43 3700 45 1200 35 13 Bid Proposal Workbook.xls